Loading...
Contract - Austin Traffic Signal - 9/23/2014 a a CITY OF ROUND ROCK TRANSPORTATION SERVICES DEPARTMENT a ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. a a Project Manual For: GREENLAWN BLVD AT PFLUGERVILLE PKWY TRAFFIC SIGNAL CONSTRUCTION MAY 2014 a a Prepared By: Kimley-Horn and Associates, Inc. 10415 Morado Circle PPROV D BY Bldg 1, Ste 300 { TY T{P R EY Austin, TX 78759 a 512.418.1771 TBPE Firm Registration No.: 928 GREENLAWN BLVD AT PFLUGERVILLE PKWY TRAFFIC SIGNAL CONSTRUCTION TABLE OF CONTENTS Section Description No. of Pages 00020 Notice to Bidders 00100 Instructions to Bidders 00200 Bid Bond 00300 Bid Form 12 00410 Statement of Bidder's Safety Experience 00500 Agreement 00600 Insurance& Construction Bond Forms Performance&Payment Bond Instructions Insurance Instructions 00610 Performance Bond 00620 Payment Bond 00650 Certificate of Liability Insurance 00700 General Conditions 41 00800 Supplemental General Conditions 00900 Special Conditions 01000 Technical Specifications 36 Add Attachment A 02000 Plans,Details and Notes 44 1-2010 Table of Contents 00090665 „4") (400Pick, 00020 NOTICE TO BIDDERS ANN NOTICE TO BIDDERS Sealed bids addressed to Chad Wood,Traffic Engineer, City of Round Rock Public Works Department, 2008 Enterprise Drive, Round Rock, TX 78664, for furnishing all labor, material and equipment and performing all work required for the project titled GREENLAWN BLVD. AT Oft, PFLUGERVILLE PKWY.TRAFFIC SIGNAL CONSTRUCTION(project includes construction of new traffic signal, signing, and pavement markings)will be received until 2:00 P.M., June 12,2014 then publicly opened and read aloud at the same address. Bid envelopes shall state date and time of bid and "GREENLAWN BLVD. AT PFLUGERVILLE PKWY. TRAFFIC SIGNAL CONSTRUCTION". Bids must also be accompanied by a"Statement ofBidder's Safety Experience" included in Section 410 of the Project ManuaL No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened.A non- mandatory pre-bid meeting will be held at 10:00 A.M. on June 4, 2014 at the address listed above. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders,payable to the City of Round Rock, Texas equal to five percent (5%) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from Document Engine,LLC, located at 700 Jeffrey Way, Suite 200,Round Rock,Texas 78664,telephone number 512-310-8228,for a non-refundable charge of$75.00 per set. In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof The City of Round Rock further reserves the right to reject any or all bids and to waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the City of Round Rock's standard contract and to furnish performance and payment bonds, all as described in the bid documents. Contractors and subcontractors shall pay to laborers, workmen, and mechanics the prevailing wage rates as 010, determined by the City of Round Rock. Publish Dates: Round Rock Leader: Thursday,May 22, 2014 Saturday,May 31, 2014 Page 1 00020 5-2010 Notice to Bidders 00193093 00100 INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Prior to submitting any bid, bidders are required to read all drawings (plans), specifications, and all other Project Manual and/or Contract Documents carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the Work and all attending circumstances affecting the cost of doing the Work and the time required for its completion and obtain all information required to make a bid. 2. Should the bidder find discrepancies in, or omissions from the drawings (plans), specifications, or other Project Manual and/or Contract Documents, or should he be in doubt as to their meaning, he should notify at once the City and obtain clarification or addendum prior to submitting any bid. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders in the Project Manual. Bids received after 4ft, the scheduled opening time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project,the job number if applicable, and the opening date and time. 5. Bids shall be submitted on forms furnished by the City. 6. No conditional bids will be accepted. 7. A bidder wishing to withdraw his submitted sealed bid prior to the scheduled bid opening time must do so by presenting in person a written request signed by an authorized representative of the bidder to a City employee at the location for which sealed bids are to be addressed. No telephone, facsimile, or email requests will be accepted. The City will expend the time and effort that the City in its sole discretion determines is necessary to investigate the authenticity of a request before complying with a request. The City shall in its sole discretion determine if the City will comply with a request and the City shall not be held liable for not complying with a request. If the City does not comply with a request,the request shall automatically become null and void. 8. A bidder wishing to revise his sealed bid after submittal but before the scheduled bid opening time must first withdraw his bid as provided for in the Instructions to Bidders and then submit a sealed bid in accordance with the Instructions to Bidders. No revisions to a bid will be allowed after the scheduled bid opening time. The bidder shall be responsible for ensuring the amount of the bid security is as specified in the Instructions to Bidders. 9. A bid submittal shall include a completed and signed Statement of Bidder's Safety Experience form. See Section 410 of this project manual. Page 1 00100 04-2012 Instructions to Bidders 00090650 10. Bids shall be accompanied by a bid security consisting of a certified cashier's check in an amount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 15 below, within ten (10) days after notice of award of contract to him. Bid securities must be submitted in the same sealed envelope with the bid. Bids submitted without a bid security may not be considered at the sole discretion of the City. 11. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the City elects to hold until the successful bidder has executed the Agreement. Thereafter, all remaining securities, including oft, security of the successful bidder,will be returned within sixty (60) days. 12. Until the award of the contract,the City reserves the right to reject any and all bids and to waive technicalities; to advertise for new bids; or to do the work otherwise when the best interest of the City will be thereby promoted. 1 3. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable and/or unbalanced prices submitted in a bid may result in rejection of such bid or other bids. 14. Award of the contract, if awarded, will be made within sixty (60) days after opening of the bids, and no bidder may withdraw his bid within said sixty (60) day period of time unless a prior award is made.Notice to Proceed will be issued within sixty (60) days after contract Execution Date as defined in the General Conditions. 15. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one hundred percent (100%) of the total Contract Amount. Said performance bond and payment bond shall be from an approved surety company holding a permit from the State of Texas, indicating it is authorized and admitted to write surety bonds in this state. In the event the bond exceeds $100,000.00, the surety must also (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on Aft, obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a certificate of authority from the United aft, States secretary of the treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the surety or reinsurer holds a valid certificate of authority, the City may rely on the list of companies holding certificates of authority as published in the Federal Register covering the date on which the bond is to be executed. 0*, Page 2 00100 04-2012 Instructions to Bidders 00090650 oft, 16. Failure to execute the Agreement within ten (10) days of written notification of award or failure to furnish the performance bond and payment bond as required by item 15 above, shall be just cause for the annulment of the award. In case of annulment of the award, the bid security shall become the property of the City, not as a penalty, but as liquidated damages. ,4111,1 17. No contract shall be binding upon the City until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 18. The Contractor shall not commence Work under the Agreement until he has furnished certification of all insurance required and such has been approved by the City, nor shall Aft, the Contractor allow any Subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The Contractor's insurer shall use the certificate of insurance form included in the bid documents or the standard ACORD form. 19. If the bidder's insurance company is authorized,pursuant to its agreement with bidder, to arrange for the replacement of a loss, rather than by making a cash payment directly to the City, the insurance company must furnish or have furnished by bidder, a performance bond in accordance with Section 2253.021(b), Texas Government Code, and a payment bond in accordance with Section 2253.021(c). 20. Any quantities given in any portion of the Bid Documents, including the drawings (plans), are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for payment shall be the actual amount of work done and/or material furnished as specified in the General Conditions. 21. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the Work. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. Upon obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The Contractor will transfer title of consumable, but not incorporated, materials to the City at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City as soon as practicable. Payment will not be made directly but considered subsidiary to the pertinent bid item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and Page 3 00100 04-2012 Instructions to Bidders 00090650 4.104, 3) The designated representative of the City must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical,the materials will be labeled as the property of the City. 22. The Contractor, after execution of the contract and pursuant to Internal Revenue Service (IRS)regulations, shall furnish its Taxpayer Identification Number(TIN)to the City. The Contractor shall provide the appropriate information on a W-9 form (which can be Oft, provided by the City upon request). This form shall be submitted directly to the City's Accounts Payable Department to ensure security of the information. 23. If the Bid Form includes Add and/or Deduct Alternate bid items and/or otherwise provides for Alternate bids, the City will determine whether to select or not select one or more of the Add and/or Deduct Alternate bid items and/or Alternate bids at the City's sole discretion and for its greatest advantage. If the City selects any Add and/or Deduct Alternate bid items, the total bid amount will be determined by adding the amount of the selected Add Alternate(s) to, and deducting the amount of the selected Deduct Alternate(s) from the Base Bid or the selected Alternate bid. oft, 411111. Page 4 00100 04-2012 Instructions to Bidders fro", 00090650 rAnt ^GaOp�^ANNNN4•V�•yy. PNPd°Pe•vv�y �Ngaya�<.p•p..FNNrP'f iNr vrµ Gwwwww'S''y Ra�aww v�maskg :�rrwrumu�'6'�^n •JNr�NNN�aq�h�� �gwmmmmNryry wyrya�o�o+ceaNq aw•es��NSR�� BID BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON That Austin Traffic Signal Construction Company,Inc. of the City of Pflugerville County of Travis State Of Texas as Principal, and Federal Insurance companyauthorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS ("Owner"), in the penal sum of Five Percent (5%) of the total amount of the Bid of the Principal submitted to the Owner, for the Work described below; for the payment whereof, well and truly to be made, and the said Principal and Surety do hereby bind themselves and their heirs, administrators, executors, successors and assigns,jointly and severally, as follows: In no case shall the liability of the Surety hereunder exceed the sum of( Five Percent of the Greatest Amount Bid Dollars ($ 5%GAB ). THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas, the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of GREENLAWN BLVD AT PFLUGERVILLE PKWY TRAFFIC SIGNAL CONSTRUCTION for which Bids are to be opened at the office of Owner on the TWELFTH day of JUNE , 20 14 oft, NOW, THEREFORE, if the Principal is awarded the Contract, and within the time and manner required under the "Instructions to Bidders," after the prescribed forms are presented to her/him for signature, enters into a written Agreement substantially in the form contained in the Bid Documents, in accordance with the Bid, and files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then oft, this obligation shall be null and void; otherwise, it shall be and remain in full force and effect. In the event that suit is brought upon this Bond by the Owner and judgment is recovered, said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the 27th day of the month of May 20 14 Austin Traffic Signal Construction Company,Inc. Federal Ins anc,IL,omsan / Sur- 11111111), 11111111111110711111r a BY: '‘ \ r k C.S./CiliC Title: V.DeLene Marshall,Attorney-In-Fact Address: 4615 Priem Lane Address: 15 Mountain View Road Pflu erville,TX 78660 Warren,NJ 07059 Page 1 00200 7-2009 Bid Bond 00090652 44%1' Resi. t nt sty: ,�►, Signature �- Amk, Ricardo J.Reyna Printed Name _._ Aon Risk Services Southwest,Inc. 2711 N.Haskell Ave. Suite 800 ^^ Street Address t4sek, Dallas,TX 75204 City, State, Zip 04, Page 2 _-- 0N)200 72OO9 Bid Bond QUO9()Gj2 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 CHUBB a Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation,and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation,do each hereby constitute and appoint Lisa M. Bonnot, Don E. Cornell,V. DeLene Marshall, Rabbi Morales and Ricardo J. Reyna of Dallas,Texas----- a a each as their true and lawful Attorney-In-Fact to execute under such designation in their names and to affix their corporate seats to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed In the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. a In Witness Whereof,said FEDERAL INSURANCE COMPSIY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 14 day of January,2014. awn M.Chloros,Assistant Secretary avid B.Norris,Jr.,Vice P ' en a STATE OF NEW JERSEY ss. County of Somerset a On this 14th day of January,2014 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the a said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that she is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David 8.Norris,Jr.,and was thereto subscribed by authority of said By-Laws and in deponents presence. Notarial Seal1111., - KATHERINE 1ADEIAAR /'� NOTARY PUBLIC OF NEW iEltsEY • %TARP�Yy No 23166585 ?//1/41 ��^es*..o Commission Errpinu JWY 16,2014 L Notary Public k' � CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: a `All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the a President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any .. Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other a writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.° I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the`Companies") do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department,,further, Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in American a Samoa,Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this 27th day of May,2014. ,u , liar, o �cEc • a r Dawn M.Chloros,Assistant Secretary a IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3555 e-mail: suretyx@ichubb.com a • ••••' Form 15-10-0225B-U (Ed.5-13)CONSENT CHUBB GROUP OF INSURANCE COMPANIES Surety Department,15 Mountain View Road, P.O. Box 1615,Warren, NJ 07061-1615 CHUBB Phone: (908)903-3485 •Facsimile: (908)903-3656 IMPORTANT NOTICE AVISO IMPORTANTE la obtain information or make a complaint: Para obtener informacion a para someter una queja: You may call Chubb's toll-free telephone number Listed puede Ilamar al ntimero de telefan°gratis for information or to make a complaint at de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB 1-800.36-CHUBS lk You may contact the Texas Department of Puede comunicarse con et Departamento de .. Insurance to obtain information on companies, Seguros de Texas para obtener informacionacerca coverages, rights or complaints at de companies,coberturas,derechos o quejas al — 1-800-252-3439 1-800-252-3439 �► You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Texas Ask P.O. Box 149104 P.O. Box 149104 Austin, TX 7 87 1 4-9 1 04 Austin, TX 78714-9104 FAX #(512)475-1771 FAX#(512)475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtecLion@tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us 11114 PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un Ank or about a claim you should contact the agent first. reclaim,dehe comunicarse con el agente primer°. AskIf the dispute is not resolved,you may contact the Si no se resueve la disputa, puede entonces Texas Department of Insurance. comunicarse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo part proposito de informacion y ,., become a part or condition of the attached nose convierte en parte o condicion del document° document. adjunto. giak IPA ronr.4'l14.0299 iRcv Pint r , ,....., BID FORM --- PROJECT NAME: GREENLAWN BLVD AT PFLUGERVILLE PKWY TRAFFIC SIGNAL CON -- PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: MAY,2014 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instnictions to Bidders, the undersigned bidder hereby proposes to do all the Work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the Work on which he bids as provided by the attached Bid Documents,and as shown on the plans for the construction of GREENLAWN BLVD AT PFLUGERVILLE PKWY TRAFFIC SIGNAL CONSTRUCTION and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within __. the time stated,for the following prices,to wit: --. Bd.-r acknowledges receipt of the following Açidens a by listing Addendum"number" and"date". i' 014initIA-- / 49---C--/Y BASE BID o., Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount 0416 2034 44 LF DRILL SHAFT(TRF SIG POLE) (48 IN) o ••lete in p ace per f1h( dekki ►i i dollars �� b�0 �'0 and Z.--e41-0 cents. ��� . $ � - 0500 2001 1 LS MOBILIZATION • corn. ete in plac; 'er for mg ���: I '��,jc� V dollars 0�� i� �� and �('c'-� cents. � - 0502 2001 2 MO BARRICADES,SIGNS,AND TRAFFIC HANDLING co lete' pla per for11 . dollars 3 O and '' cents. /SOO r $� (6/0 0531 2005 1 EA CURB RAMPS(TY 1) �` complete i1' lace per folIr �x..� � dollarsAm, Ot. Oa and Z.-Lie.-e„).' cents. 2--° () • $ ZCC° Page 1 of 11 Bid Form BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount 0531 2006 1 EA CURB RAMPS(TY 2) ornr ete in vhce per taw, 1/4-1-14-11AtilleAg---- 1 to hvdid,...clollars 0 0 and cents. 2, 30 . $40„Sie7 03.."#b C) 0531 2017 1 EA CURB RAMPS(TY 21) jomplri i,L1/11 el p-r 1 I a , ou1., It i . .1 1m- ,and .....b"*.<4.7) cents.a 41 L z 0,,i 5-, $2-LicK_ DD 0536 2002 328 SY CONC MEDIAN 1 copple,e jr9olac9 per eZ.Le.. for Or...,„ tvrtik '1/TAO,(0e. 10 slollars 1,1 - , (PNO Li and low IN. cents. s15-k 1 $ - 0618 2034 355 LF CONDT(PVC)(SCHD 80)(2") pomplete in place per for.... ,..p ,„Ae-c? e\-- dollars 0 0 0 a...:31‘....a.,...._ ,, ,,.. "' If*-1 and cents. 0618 2035 405 LF CONDT(PVC)(SCHD 80) (2") (BORE) complete in place per for (....., C.1‘,1 .„.1\: ...... \4.-"1- dollars '0 0 silo/ and ,......7„, (.... t.) cents. L 1 9 - - . • Page 2 of 11 Bid Form BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount 0618 2038 95 LF CONDT(PVC)(SCHD 80)(3") ,..., - coql:teeteinpiaceper for /Qom.. dollars ,-.77 Z O J Jand ��� cents. 2'� ' sat aK- 0618 2039 810 LF CONDT(PVC)(SCHD 80)(3") '"' (BORE) _._._. complete in place per for VA.k". ► d‘c_..-- dollars � t and �� j cents. � $ 110 it _ �� 0618 2040 20 LF CONDT(PVC)(SCHD8O)(4") _._ co r-.1�lete in place per fort �` ix--- dollars � and Z. � cents. J�1 $1 11 'cob ''' 0620 2009 70 LF ELEC CONDR(NO. 6)BARE ,,,�, complete in place per ,., for � V----IJ 8 dollarsf3 1LP .. 0-O and ^" cents. 7' $ 0620 2010 140 LF ELEC CONDR(NO. 6) INSULATED complete in place per for �( dollars ��y and �?%C�� cents. 1 i $S60 0., ,...,, • Page 3 of 11 Bid Form r , BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount 0620 2011 1,420 LF ELEC CONDR(NO. 8)BARE complete in place per for .1,,10.._ dollars (60 and ----TA if icf,t4 .._____ cents. i, (3 b $(0143 0620 2012 570 LF ELEC CONDR(NO. 8) INSULATED (--N\complete in place per for C 3A.Q---- dollars 7 V 0 and --S, - cents. 1 . CO 0 $ Cif Z.. .... 4 0624 2014 7 EA GROUND BOX TY D(162922) W/APRON cc4p1 ill place per II fo Ci„.--'41014.10( 1/4g ALRAc-aAkollars 3'0 and 7.... cents. / .2-W 1 $5LICO "6 b - 0628 2113 I EA ELC SRV TY D 120/240 100 (NS)AL(E)PS(TM complete in place pe .......5 ii„L for ..k...._ 44 4) 3,j Itc44Akdollars and cents-S-ZICC i $SZCS-0 0666 2041 162 LF REFL PAV MRK TY I(W) 12" (SLD)(090MIL) „.......s complete in place per for ,>cw" ..- erdifrov dollars (..., 1 z ....354.(e_ti) and cents. Page 4 of 11 Bid Form BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount 0666 2047 104 LF REFL PAV MRK TY I(W)24" (SLD)(090MIL) complete in place per for i N2— ae et dollars ,,,,„./r..„,...., „:„, ,...e...„,,,, „hs..._.L.0;) . I CI and cents 0680 2002 1 EA INSTALL HWY TRF SIG (ISOLATED) 044, ki.fit. complete in place per for- e,e_it (-1"/A,Dcactima4ollars 0 and UC\'—' c3 icCOD 4 ,...,_ ‘...) cents. i -,--..\ 0 i $ 0682 2001, 8 EA BACK PLATE(12 IN)(3 SEC) complete in place per for 11q...\\,47 ...-t-f2,702..,_ dollars ssco Z t.) and 1::".......,-, ..4?....cb cents. Li,......c , - 0682 2002 4 EA BACK PLATE(12 IN)(4 SEC) complete in place per ......... , for 'L.-,/IV dollars 0 ZiO 0 and , cents. 0682 2022 4 EA VEH SIG SEC(12 IN)LED (GRN ARW) co ple\t4 jtv. fla e per osik, for '6 kit, \ , I r dollars 'ID and N 2.30 tliolan) /-z,3 ?2,02.x:...;a0...t.) cents. , fi $ I /Aft, Page 5 of 11 Bid Form „oft\ BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount 0682 2023 8 EA VEH SIG SEC(12 IN)LED (GRN) , omplete in place per -1-impfor LL,,,, dollars .......a.... a•i 7 , $1.73f - and cents. 0682 2024 8 EA VEH SIG SEC(12 IN)LED(YEL ARW) comp ete in place per fcCTAZ ,A44,1,,, '18.,...... dollars -0 I' and cents. $ 0682 2025 8 EA VEH SIG SEC(12 IN)LED (YEL) complete i place per Ak) .....AA kiv dollars '00 i-7? / 2.- , and ,,,,......?„...... cents. $I fjle- 0682 2026 4 EA VEH SIG SEC(12 IN)LED(RED ARW) wicii4iLyomplet- in lace dollars 0 -a 0 and - cents. 4., 0682 2027 8 EA VEH SIG SEC(12 IN)LED (RED) - complete iii place per ..., -c/L, 4"........„ dollars ...z t.E....,,c) , 2_ , and cents. $/ Page 6 of 11 Bid Form BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount '�' 0682 2066 4 EA LED COUNTDOWN PED SIGNAL W/HOUSING corn' ete in place per for �,^,� do11ars g'S � `'� �-band i?�-�-'t> cents. � aci L/Q - 0684 2008 617 LF TRF SIG CBL(TY A)(12 AWG) (3 CONDR) complete in place per for �/1 e_ dollars and �j� cents. -ST) $ 0684 2030 304 LF TRF SIG CBL(TY A)(14 AWG) (4 CONDR) complete in place per nee\for ) dollars (4* � l _ 41,1, and � �1C 7`y $ �� (--1 0684 2033 144 LF TRF SIG CBL(TY A)(14 AWG) Asit (7 CONDR) complete in place per for /�C? dollars 2(.1'4 and -EC:IV<?-t* cents. I `�� $ 0684 2046 730 LF TRFSIGCBL(TYA)(14AWG) (20 CONDR) complete in place per for �'�- dollars -(50 Ci and � cents. /401k, 4114 Ask\ 4."4 Page 7 of 11 Bid Form At*, BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount 0684 2082 400 LF TRF SIG CBL(TY C)(18 AWG) (2 CONDR) complete in place per for IN I cog_ dollars S 0 and cents. , $ .r....s... ti, >c „.4...) t 0686 2212 1 EA INS TRF SIG PL AM(S)2 ARM(55-36')ILSN eatk, fN fl,eg te ir placei er pai u 1 0 Z-b k9 a' n and cents. iiL 0686 c).. 2214 1 EA INS TRF SIG PL AM(S)2 ARM(55-36)LUM&ILSN comp]. tot in 1 ce per ("I\i fro ok, 66 e4 dr \I Ak* ... dollars / 0 — 7 Zb and ..'2,- **-0.-Z cents I (4, n. a c.,,,L,V....), ilk 0687 2001 4 EA PED POLE ASSEMBLY cOl o le in lace --11for Li 411ars 111)134.1 ' I t/ t 63 "016, kith VI P s 2.0.8 3 and ,a.c.......„,tt...Z.00,H.' cents. ow, 6266 2001 1 EA VIVDS PROCESSOR SYSTEM . omplete in place per for r., , ,,a,„..,,,,,k... dollars SO -...V.YD 0 t $3-000 3° and a-GP-6 cents. ,40k, Page 8 of 11 Bid Form BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount 6266 2002 4 EA VIVDS CAMERA ASSEMBLY co plete in place er foOdh / AA., ,,, dollars ,,,,,N 0 and cents. /30U I SS ZiY6- 6266 2003 1 EA VIVDS SET-UP SYSTEM 1 comple in place foll--- LA,49 k...Pi dollars 41:) and cents 2,-S-0 'ia-- ---le.-0 . - 4,004, 6266 2004 1 EA VIVDS CENTRAL CONTROL c mp ete `n place er 1 , for Thr,(1/404,1, 4, i I dollars ob -6 0 OW, and **?..-C---4-44 cents. 3 ......Z0 i - _ 6266 2005 967 LF VIVDS COMMUNICATION CABLE(COAXIAL) complete in place per for drsIt.A*-- dollars a.c.....,(a.)._ a3(9.)-'(-D and cents $3 . 8116 2001 235 LF ETHERNET CABLE CAT 5 complete in place per for ---‘11.4:0)0 dollars 0,Th (..- (-6 O ., ........ .... 4.t....x"......\. , and cents. $ - 8835 2001 4 EA ACCESSIBLE PEDESTRIAN SIGNAL UNITS mfilletelin piaceEr for atelL.wAL\AvA,L,,titte dollars j 9,0 0 i sso re,,,Th 66 OW\ rAlk, Page 9 of 11 Bid Form BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount 2 EA ILSN(LED)(10 D) comp -te in place for i\fetr....),(141v):4 ,N2A, dollars ----›, 0 a and 0 cents. ---- (a 3 EA OPTICOM DETECTOR-GTT MODEL 722 complete in,place per foraVA al44.0(2-4 A, /2 v"...“dollars 1.43 0 / u 2.-"\ ZS 0 and -2-ect-3 cents. ( 42-1 a / ,_ 1 EA OPTICOM PHASE SELECTOR- OTT MODEL 754 4 cpmpleite in place per dollars 3 D cents2.7-e-11-e--) LI (tisc a, sisi(v..)1 and . i 1 EA OPTICOM CARD RACK-GTT MODEL 760 co side in place per for itC.,.....It I IA( itAt-iti,,,,.A) dollars , ZO and 2.....- cents. 'S CI 2- st'a c'$ ')I ?......_ 615 LF OPTICOM CABLE-GTT MODEL 136 k...........:„,.. Limplete in place per for dollars ;,...9 630 o D and cents E...... -..e, . i .., Page 10 of 11 Bid Form BASE BID Approx. Item Description Bid Item Quantit Unit and Written Unit Price Unit Price Amount EA DUAL BAND(2.4/5.8) WIRELESS ETHERNET RADIO complete in jace per for cx-0 *--Artie.A.,LAc, dollars /-6(-) and cents. U-se"C' ' $ EA HARDENED ETHERNET SWITCH c• ,plete in place ji,7L. „I\ forofel dollars 00 ‘,.),L, AC (itsd $ I 60 and /10 cents. complete in place per for dollars and cents, complete in place per for dollars and cents. complete in place per for dollars and cents. 410k, • ,40k Page 11 of 11 Bid Form /411%, ,owt, TOTAL BASE BID(Items 1 thru ) e:/,..s--„cc/3 Materials: CISIS I All Other Charges: 6.)-e— *Total: $ ZCP_S":59'3- —7 0 *Note:This total must be the same amount as shown above for"Total Base Bid" If this bid is accepted,the undersigned agrees to execute the Agreement and provide necessary bonds ,.., and insurance certification as per the Instructions to Bidders. The undersigned certifies that the bid prices contained in the bid have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities or technicalities. pectfully Submitt , Austin Traffic Signal Construction Go, inc. Signature 06, ZA,..00„./c. 7 FAD Print Name Address � J thic 4A('- '1(1)V- LICS c'73--- / Title Telephone Austin Traffic Signal Construction Co, Inc, Name of Firm 1 a deliz Date Secretary,Lidd is a --- Corporation /sok, Intersection Improvements On Greenlawn Blvd. at Pflugerville Pkwy. Traffic Signal Construction Addendum No. 1 06-05-2014 Section 00300—Bid Form—is hereby amended as follows: The following items have been added to the bid form: 0500 2001 LS MOBILIZATION 0502 2001 MO BARRICADES, SIGNS,AND TRAFFIC HANDLING 8835 2001 4 BA ACCESSIBLE PEDESTRIAN SIGNAL UNITS Copy of amended Bid Form is attached. Section 02000—Plans,Details and Notes—are hereby amended as follows: Sheet 2—GREENLAWN BLVD AND PFLUGERVILLE PKWY. GENERAL NOTES has been updated per Addendum 1. Sheet 2—GREENLAWN BLVD AND PFLUGERVILLE PKWY. SIGNAL QUANTITY SUMMARY has been updated per Addendum 1. Copy of amended Plans,Details,and Notes is attached. Responses to questions that were received prior to the Pre-Bid meeting are provided on the next page. Crit Austin Traffic Signal Construction Co, Inc. Responses to questions received prior to Pre-Bid Meeting ,400, 1. Bid Form There are no bid items for'Mobilization' or 'Barricades. Response Above items have been added, refer to Addendum 1. 2. Bid Form On page 9 of 11,provide clarification for what is expected as part of Item 6266-2004 VIVDS CENTRAL CONTROL. Response—This item has been included to provide hardware that enhances connectivity between systems in the field and a remote management system so that system operators can manage their video detection systems more efficiently and effectively by allowing the user to view real-time video and move data from the field to a central location. HENS EdgeConnectTM or other City approved equivalent product may be acceptable for this item. 3. Bid Form On the last page of bid form,the field for Contractors to write the'Total Base Bid' was filled out with$0.00. Response—The bid form has been updated, refer to Addendum 1. 4. Plan Sheet 2—'General Notes'—Note 10 calls to ground the electrical ground boxes. A detail to ground an RPM box is needed. Response—Note 10 has been updated, refer to Addendum 1. 5. Plan Sheet 8—'Signal Elevation'—The ped-pole assembly and notes call for APS buttons, however,no bid item has been included for the same. Response—APS units have been included, refer to Addendum 1. 6. Provide plan holders/bidders list. Response—a)Austin Traffic Signal Construction Company b) G Carter Construction Company talk, /411 .�G�&. :;�\ �««�« ���: � �:>� . ���: ���\ ��w� ��&�. :�«�& � �_�: �<�� ���2 ���w :G»�. � �� ( Solicitation Re .uirements Contract Forms & Conditions of Contract Statement of Bidder's Safety Experience Section 00410 Bidder must submit a signed Statement of Bidder's Safety Experience form with his Bid; failure to do so will constitute an incomplete Bid that may be rejected. In order to make a responsive Bid, Bidder must provide evidence that it meets minimum OSHA. construction safety program requirements, has not been fined by OSHA for any willful safety violations in the past three years,and has a lost time injury rate that doesn't exceed the limits established below. All questions must be answered and data given must be clear and comprehensive. If necessary,questions may be answered on separate attached sheets. Company Name: Austin Traffic Signal Construction Co Inc Address: cA Phone: ‘--S---/? 1 1- ••• • Completed r-,cocus ,fki)e4L__ Date: c by..=-- • i.., Does the company have a written construction Safety program? XYes El No 2. Does the company conduct construction safety inspections? [yes El No 3. Does the company have an active construction safety-training program? .?fes CI No ,....,„. 4. Has the company been fined by OSHA for any willful safety violations in the past 6/4. three years. 0 Yes 5. Does the company have a lost time injury rate of 7.8 for SIC 15,or 7.6 for SIC 16, or less over the past three years? 0 Yes II: 0 Attach the company's OSHA.200/300 logs for the past three years. 6. Does the company or affected subcontractors have competent persons in the following Areas? A. Scaffolding 0 Yes 0 No ISki/A B. Excavation igh'es 0 No 0 N/A C. Cranes figYes 0 No 0 N/A D. Electrical gYes 0 No 0 N/A E. Fall Protection g 4;es 0 No 0 N/A F. Confined Spaces IN es 0 No 0 N/A I hereb certify that th above information is rue and correct. kice_ is - Signatur Title rcs tiv t .........„........... ARA, Page 1 00410 7-2009 Statement Bidders Safety Experience 00090654 ese* folk, II ' ' . " , II • ,' .• • 'I , II Attention:This form contains information relating to employee health and must be used in a manner OSHA's Form 300 (Rev.01/2004) that protects the confidentiality of employees to the Year 2011 4** extent possible while the information is being used Log of Work-Related Injuries and Illnesses for occupational safety and health purposes. U.S.Department of Labor Occupational Safety and Health Administration mrtzrsnmciomL....54ymmosarz=r,itmtTmmam•yrainivzmnrzmzrxragmuzargro.:4rimmmmmintrEinr:mo.rmmmwE'imuno.rgg.ommmtrmamrmnnnrs.n.n:n.-:Ei::.iz,:atrr,:.rz::!Hourzmramsrea-mwimnro.r.-g::Tzrz.:1.':..,,:mr,,.,:,.2.i.mu.f.g.mitmiiimiizir,!.iiui.nirir:Y:E'4.,:ii.aiEzzzir,.zs.iziiraiai:EEiiii.E:-.z::ciiir,.iir.,ii.E-E-i-i-f.zr:E,72:-Eialu-zz-T.i.Y.m:::z.ii,..,::,:n!E::'rz!;:am.T.,m:m:z,m.czltin-*E=2 You must record information about every work-related injury or illness that involves loss of consciousness,restricted work activity or ,job transfer,days away from work,or medical treatment beyond first aid.You Form approved OMB no.1218-0176 must also record significant work-related injuries and Illnesses that are diagnosed by a physician or licensed health care professional.You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR 1904.8 through 1904.12.Feel free to use two lines for a single case if you need to.You must complete an injury and illness incident report(OSHA Form 301)or Establishment name Austin Traffic Signal Construction Co equivalent form for each injury or Illness recorded on this form.If you're not sure whether a case is recordable,call your local OSHA office for help. City Pflugerville State Texas aa767:aiifo'IR,.4:5gfi:.6iilltlliI1EiEIEII,IEitlirilIlllilli,EEBIIIFEilliirIIIElltiiiairaffiiil7.iI.IE-IIIIIglfiliEB11FEITT7T'Eijil',II:T3:fii-IIIIIII.CO.fO)74*Tfy7gRg744i.klttlilflir111-EEEIIIIIIEITII:IRiiiiii,1!iiiii',FiEEiiiiiiilriEiim',T,,,uTou,i.7,,zf,"--izip,:'mFiF,7:F-7.7.73T!,i,,r',77:,',7,.:,:-f,',rgz:',I,Fill-,7 Enter the number of (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box for each case based on days the injured or ill Check the"injury"column or choose one type Case Employee's Name Job Title(e.g., Date of Where the event occurred(e.g.Loading dock Describe injury or illness,parts of body affected, the most serious outcome for that case: worker was: of illness: No. Welder) injury or north end) and object/substance that directly injured or onset of made person ill(e.g.Second degree bums on _____......,...,,_.......... .,,._,.„......,,...,,,,. (M) 2 - illness right forearm from acetylene torch) ,,,,,,,,,,,,,,,,,,,,,,,i,,,,,,,,,..,.,iii,,,,......,,,,,,Ass,,,,,,,,,,,,,,,,,,,,,I,,,,,,,,, i,i,,tairigitil ikpaytiaWar',*Igtat4,,ii,PgAligt,,',,,fli4,17,,,,,,,,,,,,,,,,,I,,,,,,,,,,,,,,,,, Away On job , ...)• ..-,,,,....,.,.,.,,,../.....,. ,,,..,,,,,,,,,,,, ,,-,•:,..-..., ,.,,,,,,,,,,, 2 (mo./day) ,,,Death,;.,,,,,,,,,,,A,,,,,,,,,,,,,,,,t,4,0,,,,,t,,,,,Remained.,,atworic'so,i-.1., ' transfer or itifis.4i.z.q•tifrOnivioricri#t4i1.0tlitiliii'4.0goilif,:niallgil-iiimaCk0.$1' From 2 g g .2 '0, (IT, Work restriction Job transfer Other record- RP E (days) aN c p,..)•2 .g. -2 0 or restriction able cases (days) .--' (G) (H) (I) (J) (K) , (L) . (1) 4. (2) (3) (4) , (5) . (6) , . . *I Jason Elkins Crew Leader 1/13/11 Job site 1H 35 S Back x 1 80 x ' * , 2 Jose Zavala Laborer 4/11/11 Yard Bee Sting x x . , . , 3 Elidoro Ruiz Laborer 10/21/11 Job site lH 35 S Shoulder strain right x. . 37 x ._ , ,.....,_,..... 4 Mike Shaw Laborer I 1-22-11 Pflugerville shop Abdominal strain x 7 x , ...,_,..... . ._ ' , . ,. ' Page totals dr 0 _ i 2 1 180 44 4 0 0 0 0 , 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it. t is LN g g 2 8 Public reporting burden for this collection of information is estimated to average 14 minutes per response,including time to review the en- ,,,,,....0 .5 c F........ ° instruction,search and gather the data needed,and complete and review the collection of Information.Persons are not required to respond 3 c ai 0 a_ 2 X to the collection of information unless it displays a currently valid OMB control number.If you have any comments about these estimates or co = t; any aspects of this data collection,contact:US Department of Labor,OSHA Office of Statistics,Room N-3644,200 Constitution Ave,NW, = < Washington,DC 20210.Do not send the completed forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) •i:l..,Hi:,::,,,F.,/,,s.',:.,.;,it:,,!',,...o,it.,,.i,);,:yl•.,i:',J.,i-',:::my.of:t,I,,:.,,,,.:',.,,,.,,,v,lt.g:,:s,,,::,,.,x:,,Ei,mii,tF,ft,:;ji:im:.:,.;F.R,g!-:;::--zl-aii?,,J,vito.,,ipv,?,y:,::::,,,,op.:.o:q-:',Iq...',ii-',ya,RJ:..,:'qiegat:,.iffiiii,..,00,f,tmq,,gi.v.,,,Ntiom:r.,ini:is:!isii.,,iiirw',Tsili.,,h:..i:.Nmlimigjt::V,Bgoig.,,mgip,u,,,m:gffng2msaoo:t:E::Nnat:tt,i000-R,S,,EM•rsimtEeiNm:mag„Roamgf,oiflaniaii,,,.eaR'mgigtT,4:...'Av,:Riai:;.$',':iigi:::siio-,oioiiog,a,N:o,,Efcsison.00ratssignoilwg,su,Nigwaill-Ni'c,p:iiir,li,,opatiiiliiaiiiiirm'PEmil.glnae,:ogs000sifsf'MAm ' Attention: This form contains information relating to employee health and must be used in a manner OSHA's Form 300 (Rev.01/2004) that protects the confidentiality of employees to the Year 2012 <<se":* extent possible while the information is being used Log of Work-Related Injuries and Illnesses for occupational safety and health purposes. U.S.Department of Labor Occupational Safety and Health Administration m5rmrmgt,e:E-Tm.k.mmz.Ermrmzrzirm=im4'g.t.,LqrLmr,zo.mtimmrmgra-oz,,Enzmuzm.,um.:rizzrmr,r.rzr,mnnnnmrmnmErronngrmyrz,,:tr.g,mr.F.,::::iIsry,!,:,.::-:L,!,:=.zi:7::E-::::!:,:.,.,,HI:NT,m,E.Tmrgr,am,m,tog5p,r,r,.r.,,,a:,,,p,,,,,,,,,,,,,,,,,,,,,,,,...,.,,,,,,,,,,,,,E,,,,,,,,..a.,,gq,!,RmyzE,iItrr.df::s5::g.„Tz.!7E,E,.,22!!t.!:;::,..f.!!::!!:T:::!zzf.:.,:,.'f.!!.,..,.,.!-rff:..-r'.f.m:J.:).::n.,.,.?r.::,.,.':i.,::.,.!::r:::E.,.fn:Ep.Eam,,.,,Ef.:7:r.',.,::7,.:!:!!nz.77:,,,;:::,:rzYz::,.; You must record information about every work-related injury or illness that involves loss of consciousness,restricted work activity or job transfer,days away from work,or medical treatment beyond first aid.You Form approved OMB no.1218-0176 must also record significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional.You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR 1904.8 through 1904.12.Feel free to use two lines for a single case if you need to.You must complete an injury and illness incident report(OSHA Form 301)or Establishment name Austin Traffic Signal Construction Co equivalent form for each Injury or illness recorded on this form.If you're not sure whether a case is recordable,call your local OSHA office for help. City Pflugerville State Texas Fdlrdi.RfRiir6Wti5iig676.RilitI7,IEEIEIIIII-IIIIIIIIIE'IEBEFEEIIIIIII,I1Rr6:g"EfigiriEil'aiijII.Eg,FIP,IEEIIITEi.'7:Tll:7,',T.MfiIftlflrq4r,iff.iSO'k, :eTelIl.iFF.F5gEIIIIIAFoiigtigitg..E,E,:g,:j:E'ggfiftg,q,FE;F75,g,E:FF.Fig.7i.;:r.,„Fi.-;zi17,77,-:7:,77R;:(,iF,7-..F7:T:,,i:7.77:-::z:,':,'!::.;::„:::7-,l Enter the number of (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box for each case based on days the injured or ill Check the"injury"column or choose one type Case Employee's Name Job Title(e.g., Date of Where the event occurred(e.g.Loading dock Describe injury or illness,parts of body affected, the most serious outcome for that case: worker was: of illness: No. Welder) injury or north end) and object/substance that directly injured or ,..:,,,z.,,,,,,,,,i,,,,,,,,,,m,,,,,,,,,,,,,„&z,,,,i,a,,,,,12.,,,,2,2'0,2,,,,, m!=-2,‘,==.,,, ,,, ,,,,,,,,,,, ,,,,,,,,,,, ,,,,,::',',.,-.,:.,,,,,,,,,,,,,,,",,,,,,,,,,,,,,,,,,,,:,',:..,:ir--,-, onset of made person ill(e.g.Second degree bums on ,. M 113 illness right forearm from acetylene torch) -1:41:,-,,Y,,,,,,,,,i, --,,,,,,,i,ti,',*,,,,,.,:,,,,4, _migauptiii,.1,44,q,!Rov,N,Notin ,,,,,,,,,,,,,,,,,,f.::kuaYSAWaYX A-ktiviv-,,,,,,,,,,kwy,,,,,,,,,,,,,,N,..4,Z1,,,,,, Away On job 1a3 42,, (mo./day) Death from:g,,, „,,ii-gieg4KaiRetiiitirieOralliworkit,',imaH transfer or '2 a' 0 = liArPIPMPkNP:i EMV.7..eillibiii•iliEgiAl4m,,diNirsd:,NINP-VM --1 t.... iffiZIE41,*-72.4,::;:::::=1,:t2t,litt2L'iEttirtibi!'iiiiiKinikrinitaili. From restn.ction icg- .g- c. Job transfer Other record- Work .(days) 2.. i f.). E 2.8. i 2. ),. 774 av, ° 'B.4*it-, sa -. '5 or restriction able cases (days) (G) (H) (I) (J) (K) (L) (1) (2) (3) (4) (5) (6) .. 1 Efren Rodriguez •Laborer 11/5/12 7th Street Yard,Austin,TX Employee lifting concrete sack-Back strain x 3 x . - 4 .. . , . . ,. • . A „ - - Page totals o 0 1 0 0 3 1 0 0 0 0 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it ... (fir, a..E, • 0-2- Pa fi:g eog 3 filv, 112 a.C .00 CZ c Public reporting burden for this collection of information Is estimated to average 14 minutes per response,including time to review the 0 .o instruction,search and gather the data needed,and complete and review the collection of information.Persons are not required to respond c a)0 a 2 ai.... 72 X a, ac to the collection of information unless it displays a currently valid OMB control number.If you have any comments about these estimates or co any aspects of this data collection,contact US Department of Labor,OSHA Office of Statistics,Room N-3644,200 Consfitution Ave,NW, = < Washington,DC 20210.Do not send the completed forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) oitounmollitiarammaraumeilmino.,,,,,,AN9iviiiqs,4*-mi-ilionzoinoi?goleaftw.:0---migem'ciami,4.:-:a.,,,ranimmlEtui,,,wirao....-Atomoiroimil•Miiiii:',.#00,Magalinniiniamitiffigtail‘tarne.igagaft:;,-::,0M-Ativilmiitostimimoommilioni,latdasataiiimPagoistwariwooloaguntiosloroisviniiiliR,,,,,ir.qaosuissemosimmo,outoustirsiosteagoti V 0 1 ii 1 11,1 I,I )i ri' ?;' ,I 1,1,, 10 t 1 v,,1 LI ) III, i' 1111 III' „011 0 1 III i 1,, i,1 1„i 01 f' ,,„ 01 " Ili H 11, i. ,I,I, iryiv 1. ioil !, 1,1,11 Iliiiiii, Attention: This form contains information relating to employee health and must be used in a manner * OSHA' y s Form 300 (Rev.01/2004) that protects the confidentiality of employees to the Year 201 3 extent possible while the information is being used Log of Work-Related for occupational safety and health purposes. U.S.Departnient of Labor Occupational Safety and Health Administration , • -` .....>...�,n'C:i,C'n:�f.i,wA.\..^�}r:...,.... .♦.. ,_......... ... .....�,,,, •-.. r: .:Y^..:XC'.Z::�:�.:.CAS'72`).Z:Y.:7i?:�.:Z:9.♦.2:2i::C!`_:?=::�::lR:.,.L>...♦'.�.`S+Z�!>..y .>�+ .y.., w.. ..n,.•.•n..-.....,•..�.,.e..w..+., ��wr�» 2 2Z!!!i�w '�'♦`fit'.:... `^,.7t ,) .>...'�o Rida:at"K"�.w. T, •.r• w .^'.:T.^.t. ^rpr,-.-r-••. .♦ t <. .• . b��w• ...:`w'::�2:::�':iL::iG::Y.::ii::2:::3 d: wS.'�''::�G': .:X•' t:Ai::):... - . kilt»3:•'...'):•2t;:3u::'.:.t+�•.ii.•w:• w':SC" ' ::::�:::: .:?L::�::_wii w:i:71.:::�.....:`)::.t::i::::ti: You must record information about eve work-related or illness that involves loss of consciousness,restricted work activity or job transfer,days away from work,or medical treatment beyond first aid.You must also record Forma roved OMB no.1218-0 every injurypp 176 significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR 1904.8 through 1904.12•Feel free to use two lines for a single case if you need to.You must complete an injury and illness incident report(OSHA Form 301)or equivalent form for each injury or illness recorded on this Establishment name Austin Traffic Signal Construction Co form.If you're not sure whether a case is recordable,call your local OSHA office for help. City Pflugerville State Texas .1A� M r„wW»»tMw\ _ „1rr.,!4 .Vrw•h»Me••Ir,•Vr, �a » ,\'w tM1rr•\ ,'�,r,Yw w.vw+V.'�•n.w�.•f•�•mhl•�v.vh'.ww.�,..n.a.•...•....•....v.,�w•v,?..rhw.w.1...n,.all ,� ..Y+ww:..r.v.+p+.l �.- >wa. .ar.+_sa•..»,wr.vwa.�w.•.•n,..n+ww•.,++,rNr»�w� N.+» w -.•� ,1 Y.. ..� _ A.11wva\wrAM • - ,• .,. .. 1^.�:.r '!t.."!':`'�'t'C. :iF^; , .�. r :.4. f. .•ra••••.••w• ,r.-..,,.w.-.w••.•�r+•• ...._ .. .. •MA -. ..! - �\ •,., ,, Y'.....,...\+♦i... .... .. ,.:,,•,.•,.•.s ��ya>ry,w.�,ry�•. ♦••♦ ♦• .1, „"K,� .Ww�.N A... .r•„.,•.••,r- a,�.,.1 fn ,• �r al, ,••• •..,.••y•r,t,'•,.••,.,•a..,�...\., ,.........�v.. :... .�...,.A.•. ••.\rl,-..r .• �_,•„v.T��"n'•.♦. -v.,.i. ,n ,rt, ♦ ♦ d \ Y \ \ ♦ N - •r„rrrd♦ .♦w..+,+.n_ M Z .+. vim.. .a ,.>• r..,w.+.a....w.....w-.va•..,w•.-n N• \ JK- •V yyy�y�/� A a♦.. Y,"4• > ;l-...,� .5., 'JC. ..fir>.,- .,. ••lr. v.•n,.mow: _ Y• y•. `?`::t' \' :\' :X;. .X:"{' ?'•gym ,�:: ::2:::i. ;t::1,,..5:, -ti.: ri.>-air::" :�::. .•,. - •:a' •J� r� ..Jai `}.. •;Jd r• :a :i.•: `` D:escr e:h a..•: `t :,= .,: ::,,,,,i,i,,,-,,,,,,,,,L,,,,L,...........,....„.,.:� 7::::7:T,;:-:.I',:i.777:7:.,:::;;:::::: �h�e��e�son a .. �_��� .�.. . . :�::,. :�: :}'.':3:.r•:3.:. -3,:. ...... ... �,.)�.: r:. ,,,,,,,,,,,,,,.;,,,,,,,,,,,,,,,-, Enter the number of (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box for each case based on days the injured or ill Check the"injury"column or choose onetype Case Employee's Name Job Title(e.g., Date of Where the event occurred(e.g.Loading dock north Describe injury or illness,parts of body affected,and the most serious outcome for that case: worker was: of illness: _ • injured • Y:Y3;::t:"':':L::;iC:SX::T'iR'ZZft"v''.'!.CY-:;Y::`:R"'>`:'.R^�::C:d.^.7�.:tR:':Xk: ^�':`T>'•'•• :'?r w,....'.. •. ,'+.•..,. ....r-. x '�?'`..-...�„•.5:;^.C') ir'.!:�'Ciw:C,^+':�:`t;�v:'7'4�:.:,v.�^^!�r":. "".n"':?"rr':.�:::2:.l&^.:Z:�2Ci'd ':a..>. •+-•n .,t. ..,,Sr•r...,.r,.�..»,+y..•. .{ -..-..+..v+-..v....,... •y• aT„ 1. ,� '»; n..a, .•='..ter\..`.X'�;.. X: •I• I object/substance that direct) in ured or > .. No. Welder) injury or end) y j made person =;;� onset of ill(e.g.Second degree bums on right forearm from (M) "I" i';{S'.•1.)...3. •)•,: `:+a':7 t:•.}E.,Ik::..D:: :.2:::?`::wr'.:'~,t.,,,,,..k;v:Nt`''p,.:.,,•.,:':h.,,,, :Y::-\G:$QvS•'n'4`f.':n Saw_ :wy_: `:::; =2:y2;.:SY�:Cij+R�Ci'?:...P?'�:x.:'•C44:::ti'.}Z,�(S>t:•)i: On illness acet lene job Y torch) �::"�2::t:'.�'?�;���•�V .M•X,::3::iy._!SC.Y:::::.�.,2::':J; S:�:t:::ii'.�?;Ci;Y2:RY`.i�!:rt`::�:4:!!`:�i t4'•2:i�:. {�/ Death '•• ... •� _Y:��f��.�.r::. .�.,- �;�- �. ; �a\, Away �,'+t•1C a v '�5,y..:':Reraii'iied,>:tr►oyp4•�;X,� transfer z' �' = •/dav tt��(mo ♦� { •'i..�..�,:3C"�; •:C >�taiffi.-.,:i.ifi'fl',4i,likitillii.isitif4.0,ii5:11Z4:igt_, �' ..:_._:,)... )•) .}C.,+iwt,�v:JC? orL /teed I';,•d:'K t):.fi:: `:ro r: O�--, ,::,x•:5.•t..,:.::G .-tii•>:•2::.:1Z4:i..Y..t_ o O L •�••.:::.`-::...::: .. ,::r::s_r::�:::ti ,r:,:'r::J:.;::_ From •J, ��=i :x: x �.y;r.c;:x::ri,:3.:_.:::x:::c::�:s:.:s:•:;..;•:,xt:>'::K:i�:,:"::c:.a.,fi:::�:�s• '♦'r � A' :`.G,::.•{:::Z:i:�..,.,v,,---.:[ii.,S:::X::7C:':,? ,,,,C:.,.v,1:::5::;:';ti':r:::i::\:'t::::�`::0'•':':5:':"ti'::3:::)d::�.:;':•::\::?::',..Y;`. O e_ ./�\ �/ ..at•-:C::y::S:;S 'r.?{"`r'::{i:fi v .A•..\ restriction Q •� 0 arr r• ...1..>}�rf;n,✓r a...,, :t.:�S':�i)3:y5:.:Y.: ..1::♦ J:::�".'n:y.•�.♦':•I.::,Y.:�. .�.»;Z,::`...: Vllork . . Job transfer Other record- (days) �' -V ° •� o or restriction able cases (days) •E 2' a, o °o ai = co rx U Q. _ (G) (H) (I) (J) (K) (L) (1) (2) , (3) , (4) (5) (6) -1. 1• B ' _ - eppe•impropery o o 1 REECE BROWN LABORER 1/10/13 JOB 1435-UNLOADING BOOM boom truck and hitting side of truck with chest. X 23 X 2 JOSE ZAVALA LABORER 2/25/13 JOB 1315-UNLOADING 4"PVC LUMBAR SPRAIN/STRAIN-PICKING UP 4"PVC PIPE X 8 X 1T , • 'i —: :u`1 \ \ •II , 3 MIKE KNISLEY CREW LEADEF 10/10/13 JOB 135-STRAIN IN GROIN AREA. X 14 19 X , Page totals o ' 2 0 14 50 3 0 0 0 0 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it. 4 g c 2 -2- o J v . . . including. . Public reporting burden for this collection of information is estimated to average 14 minutesper response, time to review the instruction,search •`V. •Ei.g C' o P 9P � p v, o E FE � and gather the data needed,and complete and review the collection of information.Persons are not required to respond to the collection of information •c a'v a-2 C4 o L unless it displays a currently valid OMB control number.If you have any comments about these estimates or any aspects of this data collection,contact. co = o US Department of Labor,OSHA Office of Statistics,Room N-3644,200 Constitution Ave,NW,Washington,DC 20210.Do not send the completed = forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) rr •�' Y .M1Y. _ •} rri.1 .{. r{" .2::.r {... •:2...;•{.,'.: {::{l:•,)+{L,..'..r�"a�••{):,` {ta' t1'!{•.•. �i%::i..:.% a{ r tt.,-' .t• .3: rrr.. ;�. :gir''v :a,'ata 2:�: .1, •'�, st` 't a:; S r1 a \ 't• ��;iiti:'t �,•, l- 3 ai '{� �.i •., ,{•"r •1 :l {.�t •j•a,, r .r:,- -7 1 .a t - .,'rii:+r.-.+: ,M1; ';,:;'{'•a 't',{,.,,•' ', „' 2t •.)•• 3' 2j' Yii,i\•t:i" ..t..• to.t•,.1,S•.2.4 a ':f: 'S" {.: t,-'4 t..J ':.:r.+1$.. r..+'• \ );..•r);, f' � .}.:: }. ♦f.r r..'S:a .} rM1:i)iri :S•' 't' tr',>• a '-3:.: :.:."�`3i' ) r3• i) r .) t•. ,i ,is .a..} .,: .}, .} } is .}•: >':: r 7 r ''} 3. .3 .?{:�.:. }{� .i2:'.,t;:2+:+' ti' t t<♦vi;'{r •{r{ r{ $->- -,••.,>. ')` 5 Y�� { 2: la ::! .-)'. `3� '3' ,i•. a•i�r i' i'ii r.r. r} r 'r.• } 3 '}7., ((tt •r'' f ..lf+• 2 ` :2} s \\�� (( r•r��. "r) //f 7• { rs•7 )a �}i[r:5< }4 K \ ,.,`. :2,, i•,,'• a Y 2' to r. i. r )` ,7"� { t i•::'2 `1::2,7, i„.�} rt tr„rt 2�. .,t, -.2 .,{ i ,,,....,, ;•• r\•rt2.• ,Zaa.1 i2- �•.-.+-'�t )�,` {•t2•_ "2%2•" {' :{=' X`J-'•' :-.'•:a_ ._) �f}) ? }i:)) 3;'f 'F S' ! •r ..'i• xx a2 {: � i r� •r^. ti`.-,�•, .� ,-:' 6 „' •a•r' a•. -.S• ,r �`3 i 3 r 3^•• 'r >�� L, {,rr, :i ,mil { •t• { •.t. :,,•.•r)• r:!i5.,`,•,.,,�,' .1 J r�Sr 1`3 )r, 'a♦'i''\•:', •, i1•. �,` ..> «,>, j Z::.:.. -, )`, firm. \i, i��a ,3 sa:i3r�3i•i`r y•' : )•:}: J:•3:) 3- 3 :�.r:f f7 ')) �3 ) >rt t M1• .� :. t ,." { !. �• •a'• )• 3i) #,far r r r., � i � •�• �. `i s� 3} 3.7�• i.3,)`'` •.�:;::: ## F•f.:.'f. ':Y- -), j:, ,-/. `7' r>.})S .r.rrr r< f :. •r 'yf yy }. 3S ,3 }`r rr } 'rY ri M1 t �<%>�s t #i"s.{ .i' -�,:Jr'3 ): iT` } T },.,,}>r .r ``3 j :.r ! 'S•.... � �? �f• r r✓i >' {}i" •{ ra. .,•t �. }•%r r�/r} }t: .r,,,.�., r.r)_��.. }7 iD .,a 1 :) "}7.' a{l t -..l •`.Z •{�' L:. i•)Z•�'::,.... � ,I •k• r >)„ .r•„a.r- .r•')':•.. `:3 � r• �.�. ,)`3? ) '{� �, :2'7}+ r# 't .2 ;{, .2'i } t .,� -�: 'a. •f 4..r ti i•(..ri� rf. .,'2.a i� •,a, i {2 �l :•3{. %'t i.. }; ) � r!.•) i > j '-i a ctl '•[3 `i 1 ,{ � ;{, sr, p << � r 1•} r)r+)+),f`1 3.)..�. y� 2 'i'�•'{ { �-t yy a .2 rf. }'12:a'a3,l,.2,:;l.t'2-,i,- ,22 Z,.••, 5 i• t { .{' (:. �•,: {.: 5 t ,{,.. •aii' •i t i 5 v r 5a 7 ; r r /> .rr f•� ✓• )S' S C ,aa{.'t i•. ,Zi' �'i` .< 1,,a• � iti- :{,. 4 •.- � ��S; a{ t. :r'•',)':.,,ar. ::ir+.1){ �{ ..�- .) 3 S� �) r� � .1' :} 5 -�•• v. ~'a• 4 3 tt \.') }` r• >� •) { � ). <.{ 1, �,', t..,,•.,,,r,ry.r -� ,.�..r{.,- .:•�,•,\". .' } •) 3 j'•^• rr:• r v ri `�.`/• •.,.ti?. r :)}.., )•.) -r:-r t':r`''r:.',:}.iC.:r) ,.).r' S ��t #t•{{>.,` .7, {' ..f ,d`2)• ).� ••{, ,� •!'2.2 1,t44.,>s>3.aa,"...,:a= ..•..z. ...,r..,,,<.�a ..t....,,.,..•,. .�,...•..,. y 1r r... :. •);''• ;^• i++ t'2 �: , {r. r Z-i{+-•{ .,\.,..... :M1, ={Cti M1•.,� .,'1Sl{ ,{M1t,�-.{ � ..t: iy •;r;�+. >.S a }S>{ �' ':F, t a, •,.•., 4 •a14. 1 a a,{. y4} {. { [:,:` i �3 )'. �+ a { `,• ,, :t:. ,, ••'�., '�,`` ) ���'� •�.: l;. .f ')�, r •'3• }" 1 /-.`�r. :y3,. j) {+ t 1 �' r f •.r },�"�7}'`I)�'"' •a9;r`:�'• .) r.. 1,,.•..2�` I� �a) j S }.' i�• '3 3 - •� i,• •^i" ',4��" i t S� -). ). ,) `)))✓ 3'}� �-�' r r�r!>.Sa f. >''.}r `i�3 •) :�t)..r' Y`t.> ))r i}a ,$} 7 .�) ) `� r 3 i r.r �{:�•.r S'r r )' 4 ,. ai •C { t`} ,{7.t at 7 t- `] } .1:4> ') .. j:)i7'f r''�}�r ..,r�:1:r :i. }:r s .tr)• ..<.?}` Y''nir} .] )..}7. r?33�.a ,t}1 .)a3 r�YY isis}:'.:....,... i'.,:}i:' i f r r } .r i {-'.:}'� '{�{ �•h",,, t �` �) r) r r - .1}..`a,.. r :), >>Y2...7 ... ...Y.Y ? r. ri :`t: t,}1•t.22 '?2 .. ) :. ..? ) l r 11{{ 7.}�, f �.,:"} ) e. ) 7..r, r.to{:'^•`:"' r r..f 3r• �•Y'" ) "l.S I f'{ {z) a i S '•-r.r(rr,rr r✓ )a.✓:r:`r 7 t)'))ar r.:-r a.a.>.✓r.r}...7•) •:r.r;)r'1)1t)7,.�,.•,r{..:).r r•) }.Ye .).�.��•.r)..7.).1.... -r... .. ,i .i 7 y } �. . . � :Y, ;�?: r 5:":..r > Y'f... ai'rr•').) 17`7:.i�i.•-1. •.5 >i. :i ��`.v {♦♦4`}.r?:r? r r r r r a) r r r .3.?4`1 .. ...-). }.::,r .),':�...,,r,..,,,..,.. .-. �. i<.- --. , {. -T - 4 2 .,,'''/..-<,7r'�C � , C a., , ., t, - .t. .�.. `t a r r e ,. '}_} r:�' "}a.}.• r}''' ) 7 {{ 3 t.} } t r : ? „ r _ ..�_ .,, __ , "l- . ,.t �> ,)•� �1. �{,.. i t i r... :?. t .).).).r.f.• S' 3 f r'f�'s t iz t s� { .y'� ,# , r ,.3 ? ,, ,- �• i .. 5.{f ,, r -�.� �. rh'r 2 f.)�) r,.f t s::i-•).Y tit',i f,r)rfi}r f}�.,37)��.f:3�r>•) .))3f?'�}�#.•ia)f#.ft333.i f;;.)}rS.f s?)x�u r)r Y P``�)f�)) �`}�3 3_ ��' { .....•.. .....t t:�t...,.,, ,t :..t., ss{..-t 4......,.�+,.,},,,,�a. { #._. r„ f t. ,{,){a��f•,ss):#:s �s{#s N't 3 , I i ' : l'', ' , ',III r ! 1111' ic' o . ••• 11 ' ',' ', Ill' ' 11, ',' [ 1, i,' ' 1' 1 ;' ; i,1i i'v, ,,,, ';', ,:, 1 ii „, 1 : 1. :. ,,r) ,,,,,, ,,,!,'' , ,' ,, ,,,,, , J.. i , , :, . ir '' ,1 I ,,, . , ,I' ' .1 II, , , "I, , ,. , , n, , * Attention: This form contains information relating to employee health and must be used in a manner OSHA's Form 300 (Rev.01/2004) that protects the confidentiality of employees to the Year 201 3 4* possible while the is being Log of Work-Related injuries and Illnesses for oc extentc informationupational safety and health purpo usedses. U.S.Department of Labor occupational Safety and Health Administration You must record information about every work-related injury or Illness that involves loss of consciousness,restricted work activity or job transfer,days away from work,or medical treatment beyond first aid.You must also record Form approved OMB no.1218-0176 significant work-related injuries and Illnesses that are diagnosed by a physician or licensed health care professional.You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR 1904.8 through 1904.12.Feel free to use two lines for a single case if you need to.You must complete an injury and illness incident report(OSHA Form 301)or equivalent form for each injury or illness recorded on this Establishment name Austin Traffic Signal Construction Co form.If you're not sure whether a case is recordable,call your local OSHA office for help. City Pflugerville State Texas trei e,r.,,,r,..-.,e,,...,..--,e,,------.,,,,tr.d.j7..--,..,,,57,6,71r.,,,,,,,,7',..7.!.:77:'::--7.,:-7,..77.....-7'..,,,,,f,PR.T.-4r,:";,%"P7,:7.,,,c:..-n, ?,.it:'It5gM.54.e..n*YihP,!e-IPel.:S.Q.r„ljtajti.tiii.Pciiriagniiij.i:EZER.in:NiRZ',:':'.,t4O.,:F!Rili§hliiinERMNlt!ng:iik .. , .. ii,,, i.case Enter the number of (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box for each case based on days the injured or ill Check the"injury"column or choose one type Case Employee's Name Job Title(e.g., Date of Where the event occurred(e.g.Loading dock north Describe injury or illness,parts of body affected,and the most serious outcome for that case: worker was: of illness: No. Welder) injury or end) object/substance that directly injured or made person onset of ill(e.g.Second degree bums on right forearm from _.....,,.._.. s_.. .s.:, _:. ...,. ._ (M) 0 2 04.,,,A1PAA:],ir'::..w..,. . .,,,,Ro,io,,.,,..., On job 43 2 illness acetylene torch) ,,,,,,t,,,,,,,,,q,MaysitiWayi':iht.'igiF,,,,g,,,qvqo4::,::',i,,t,,r#5N•r,,,Vi-i,F,,,:F:IR Away (moiday) Death:;Ri _-,,,vk:01,,, fpoolainediatwprknerm transfer or P. a""Pe . 3 Irills.LER.iiiill from toireagNaktio4545,,iteeNt•tit From S' -9 8 . restriction 8 DE •E 2 Job transfer Other record- Work (days) or restriction able cases (days) 3: (G) (H) (I) (J) (K) (L) (1) (2) (3) (4) (5) (6) 2 FRACTURED RIBS-Stepped improperly oft of 1 REECE BROWN LABORER 1/10/13 JOB 1435-UNLOADING BOOM boom truck and hitting side of truck with chest. X 23 X 2 JOSE ZAVALA LABORER 2/25/13 JOB 1315-UNLOADING 4"PVC LUMBAR SPRAIN/STRAIN-PICKING UP 4"PVC PIPE X 8 X WENT TO PU I-BEA1V1,FELT BURNING IN GROIN 3 MIKE KNISLEY CREW LEADEE 10/10/13 JOB 135-STRAIN IN GROIN AREA. X 14 19 X " - 4 Page totals o _ i 2 _ 0 14 50 3 0 0 0 0 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it. z... „,y) a....g 'E" 3 2 Public reporting burden for this collection of information is estimated to average 14 minutes per response,including time to review the instruction,search 6 .., 0 as. . .......„. and gather the data needed,and complete and review the collection of information.Persons are not required to respond to the oollection of information . ii 0 a. *;,., unless it displays a currently valid OMB control number.If you have any comments about these estimates or any aspects of this data collection,contact co = 15 US Department of Labor,OSHA Office of Statistics,Room N-3644,200 Constitution Ave,NW,Washington,DC 20210.Do not send the completed 77"sc forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) , , ' ))' '' " ' ,i,; ,' , 111,,i ),, ,- ,• , 1! .,,,,, ,,,,, ,,',. ,,:,!,,,' ,,,,,,. ,, ,,,,,, i'. ...), , _„, ,,,, ,'. ". ''' '''' '''' ' ,'' '' Attention:This form contains information relating to employee health and must be used in a manner OSHA's Form 300 (Rev.01/2004) that protects the confidentiality of employees to the Year 2014 <4:e* e)dent possible while the inforrriation is being used Log of Work-Related Injuries and Illnesses for occupational safety and health purposes. U.S.Department of Labor Occupational Safety and Health Administration You must record information about every work-related injury or Illness that involves loss of consciousness,resbicted work activity or job transfer,days away fipm work,or medical treatment beyond first aid.You must also record Form approved OMB no.1218-0176 significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional.You must also record work-related Injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR 1904.8 through 1904.12.Feel free to use two lines for a single case if you need to.You must complete an injury and illness incident report(OSHA Form 301)or equivalent form for each injury or illness recorded on this form. Establishment name Austin Traffic Signal Construction Co If you're not sure whether a case is recordable,call your local OSHA office for help. City Pflugerville State Texas ."--..A.,.,-e,,,,:-;F::T:mr,;,,,f,g: ;, ,,:n,,,'.,::: ::,!',TF:ffg,'j!f'rgillf?.FNTfil'er': :', 1”,'".'"'T,Tilli2;T.S.TNNF:E.*.,17g:n1!T,f,:s7.'f17,73.1rj;ti'gN,:'iM,.ifiN?.,,r,,.7.,,!MHT:,.r.,:',i,:ipTfif:*,re, 72T:",,;-::75,,,,,,,,,,,,f,,,,s,7,,,,,,,,,J,,.,',,,,,,,,,,,,,,,,,,,,,,,,f,,,,F,.F,,,,r.:,,,:j, IZr'rqirfi7irFiZr"Werir'ZC14t7±71127P151""gl,t712527fg:'r-g'Ir417!;llnR'':, tfilafli-tlfigSiii.Rj-Prrlaill1,':''jt,,W..,''.',',::,",:'•::',-::.:,'''''1::',.::::,,,,,,,,,,,,,,,,,,,,,,,,,,,Classify,the,cAse.,,,,,,,,,,,,,_„.:„.,..„:,,,-„,:„„„,„;,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,a-,,,,,,,,,,,,,,,,,,,„:,,,,„,,,,,-,-„,„,::„„.-,,,:,.-„,,,,,„:...,,:„..,-..„ t.,...e:,.....n,A...1 2....._....2.„.P...,..............i..,,,t,,,,...1', --,-1,--„,,,,-..-2-tiitt.,T„.12 :liiinallise.:,!...1..„,----a----,..,--5,---..,--::,---,,,:,.,,,,:i.Eita--LE-ihr,-,:-I---,,,z,..,,,L,---a,,..,:,,,,,,.. A:-::*- w. --A,,,,,,iL,,,,,-,,,,,,,---,---,--,,,,,,,,,,--,-:,-,,,,,:------:-..."----",-.,,,, ::,,.,.-__:,....-_....:m,H,:,,L.,,..:-:,::,,,..,,..,,,,,,,,,...i.,',E,a..i,..iiiiii,L.ii,L2,.aikd,'.\i,..i'.i.iL..'F.,,...,L.I.1,,MI.,',,:::,Li,,,,1:,:.,,...;,.:.,.:,,L,.:,;„,::...;,;, Enter the number of days (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box for each case based on the injured or ill worker Check the"injury"column or choose one type Case Employee's Name Job Title(e.g., Date of Where the event occurred(e.g.Loading dock north Describe injury or illness,parts of body affected,and the most serious outcome for that case: was: ‘ of illness: No. Welder) injury or end) object/substance that directly injured or made person ill onset of (e.g.Second degree bums on right forearm from , , (M) g .,.........,„..,.....,,_..„.:,„.,..„....,....,.......:...........,......••......... ........_.:....... On job illness acetylene torch) ii!;'::,h'-'#,,,Ilt t Days away ONtiiliti,-::':,',N.:,,,,:i:::,1,P.--:1,,,,,I,,,,,,IMeql,::=1 (mo./day) i,Death,f.,,, i,d . ,Rer,paule,c1.,,at,„,),NprXiiitil:iiili.,Away From or 1,,,,.. ,10,41,,...ti :frogryvggs,,,A exilisiAiltili,v,Ki,,,Ai',&+=c,,,,,,;,,i,aiiiiTiile, Away From Work(days) restdriction 1.2 '''. 0 ..........-.- 51 1,23 5 2 *itilli,:inallif ti,ElaEEMVI 212112IFIREEMTIAMIVENII,:111120, Job transfer Other record-- 15 °it lig (ays) aPi. or restriction able cases --- (G) (H) (I) (J) (K) (L) (1) (2) (3) (4) (5) (6) MOVING HIMAST FIXTRUES FROM TRUCK TO PALLET,FELT SOMETHING PULL IN STOMACH. 1 JUSTIN JOHNSON LABORER 1/31/14 M SHAW ASEKD IF HE WAS ALRIGHT AND HE X 5 x SAID YES.THEN 15 MINUTES LATER HE ASKED . TO BE SEEN BY DR,BECAUSE THE PAIN WAS HI * , , WHILE ADJUSTING ILLUMINATION POLE TO T-BASE , STRUCK 2 ADAM DOMINGUEZ LABOERE 4/18/14 JOB 1504 JOHNNY SWUNG A 2LB HAMMER AND FINGER AND X PENDING ADAMS RIGHT HAND. BROKE MIDDLE BRUISED RING AND PINKIE ________ ........,,,,,..._ , 4 4 . , , Page totals o / 1 o 5 0 1 0 0 0 0 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it. iii a-g .E o . - g .„'.. Public reporting burden for this collection of information is estimated to average 14 minutes per response,including time to review the instruction, *8 7,-o .5 search and gather the data needed,and complete and review the collection of informatkm.Persons are not required to respond to the collection of .g. (2 6 ;5 .... information unless it displays a currently valid OMB control number.If you have any comments about these estimates or any aspects of this data co x ... 0 collection,contact:US Department of Labor,OSHA Office of Statistics,Room N-3644,200 Constitution Ave,NW,Washington,DC 20210.Do not send the completed forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) , iostk, /4014,„ iookk, Alsott, 00500 AGREEMENT City of Round Rock,Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor 4214- AGREEMENT made as of the l - day of Lre- in the year 20 rt.— BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Austin Traffic Signal Construction Co,Inc. ("Contractor") Edward Schroeder 4615 Priem Lane,Pflugerville,TX-78660 The Project is described as: Greenlawn Blvd.at Pflugerville Pkwy Traffic Signal Construction The Engineer is: Kimley-Horn and Associates,Inc. Vivek Deshpande,P.E. 10814 Jollyville Road,Avallon IV,Suite 300 Austin,TX 78759 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 8-2012 Page 1 of 5 Standard Form of Agreement 00196575 F=� ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within seven (7 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/A (N/A ) calendar days from issuance by Owner of •— Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than one hundred twenty (120 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the 4", date(s) specified for Substantial Completion in the Agreement, Contractor shall pay to Owner, as liquidated damages,the sum of one hundred and No/100 Dollars($100.00 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of ---- moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial /440,, Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than one hundred and fifty (150 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM ,.,,, 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract.The Contract Sum shall be two hundred sixty four thousand eight hundred and ninety three dollars and seventy cents ($264,893.70 ),subject to additions and deductions as provided in the Contract Documents. _._ 4.2 The Contract Sum is based upon the following alternates which are described in the Contract Documents and are hereby accepted by Owner: N/A N/A ___ Page 2 of 5 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender, Owner shall make progress payments on account of the Contract Sum to Contractor as provided below,in Article 14 of the City of Round Rock General Conditions,and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(10th)day of a month, Owner shall make payment to Contractor not later than the tenth(10th)day of the next month.If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require. This schedule, unless objected to by Engineer or Owner,shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work,and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment, and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. pak, Page 3 of 5 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special, and other Conditions of the Contract are those contained in the Project Manual dated May 2014 7.1.4 The Specifications are those contained in the Project Manual dated May 2014 . 7.1.5 The Drawings,if any,are those contained in the Project Manual dated May 2014 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated May2014 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated May 2014 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: N/A ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: CHAD WOOD,P.E.,PTOE City of Round Rock 2008 Enterprise Drive Round Rock,TX 78664 8.3 Contractor's representative is: jibe c c:,,7 1�*S— ,4 IVA t •f-/V_ .-7g6-6,30 8.4 Neither Owner's nor Contractor's representative shall be changed without ten (10) days' written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of 5 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to _ the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner, both parties hereto expressly agree and assert that, in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. _ This Agreement is entered into as of the day and year first written above and is executed in at least three(3) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract,and the remainder to Owner. OWNER CONTRACTOR CITY O I ND ROC TEXAS 0/1 Austin Tr is &gnat Cons ru _citun du, II Its. (xi _ . , iv_ ) (07 A-10 A/N Printed Name: Printed Nam . :7-Title NA A y.01 — Title: a, , Date Signed: 9s. 141-- Date Signed: 0--.\*?- 1 Ci ATTEST: Atict ____50/1/A/L_ City Clerk lift FO C TY,AP ROVE I) a S TO FORM: I ft j574 A . ...._ 1 A\•rney aft Page 5 of 5 ... ,�3ryxyuuu•p}p Sxv. AN4iVr�a,•�n'l yp}'sp NMK^t cplN/ .v''rr:'rx vr'wia; ram•.-..�.pF�y.�,�a�. .x.lf Y'ri r'N+yuy+t.i� Bond Number: 82381447 ISSUED IN SEVEN(7)COUNTERPARTS PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § AUSTIN TRAFFIC SIGNAL That CONSTRUCTION COMPANY INC. of the City of PFLUGERVILLE , County of TRAVIS , and State of TEXAS , as Principal, and FEDERAL INSURANCE COMPANY authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK,TEXAS, (Owner), in the penal sum of Two Hundred Sixty Five Thousand Five Hundred Ninety Three and 70/100 Dollars ($ 265,593.70 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS, the P incipal has entered into a certain written Agreement with the Owner dated the 2..� day o Augtrst , 2014 to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Greenlawn Blvd.At Pflugerville Pkwy Traffic Signal Construction (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12)months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed,then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 7-2009 Performance Bond 00090656 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and surety have signed and sealed this instrument this day of Hu , 20 . Austin Traffic Signal Construction Co, Inc. FEDERAL INSURMCE COMPANY ri cipal > .Sur Oka/ )*\\ :. Pointe Name P'rin e By. cji\-\ By: V. DeLene NFac�h2ll Title: 'J Title: Attamey-in-fact Address: t-4,(i)fc !'�'C�,✓►n--��0-- Address: %Ktili\)1115 R dent .�ge4 . of urety. Si nature --eia0a) Printed Name in 2:7I I (1ortJ�o-i ri" -,�tftc..htiri,5urTLa3t3 Street Address TACLAS , T� 7iZi-I City, State&Zip Code Page 2 00610 7-2009 Performance Bond 00090656 Bond Number: 823 81447 ISSUED IN SEVEN(7)COUNTERPARTS PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § AUSTIN TRAFFIC SIGNAL That CONSTRUCTION COMPANY INC, of the City of PFLUGERVILLE , County of TRAVIS , and State of TEXAS as Principal, and FEDERAL INSURANCE COMPANY authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Two Hundred Sixty Five Thousand Five Hundred Ninety Three and 70/100 Dollars ($ 265,593.70 ) for the payment whereof, well and truly be made the said Principal and Surety.bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally,by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the 0-314- day of N1A10 , 2014 , to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Greenlawn Blvd. At Pflugerville Pkwy Traffic Signal Construction (Name of the Project) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers,mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 7-2009 Payment Bond 00090656 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHE OF, the said Princip 1 and Surety have signed and sealed this Instrument this day of - -(- ,20 I . Austin Traffic Signal Construction Co, Inc. FEDERAL INSURANCE COMPANY � ri cipal - f'� ( Surety i�� V. DeLene Marshall Printel Name Print Name Title:eciA, . Title: Attorney-in-�a Address: 4fc �i�.rn�--- L. Jic _—\ Address: n 1�.�^. QC -7051/4 _ --0.€ 1 ,1,A; 1(0 ‘`IX , -74.0 Resid t A t siSure� S' a urn 1401W0 \) -0014%e Printed Name -.11 I Will)14 tietida-111)3,73tt g133 eet Addre 5t I)( 75ZOL1 Page 2 00620 7-2009 Payment Bond 00090656 Chubb POWER Federal Insurance Company Attn: Surety DepamentIIC OF insurance Company 15 Mountain View Road Surety ATTORNEY pacific indemnity Company Warren, NJ 07059 idimi,) .....___ _ ...._ Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and oft, appoint Lisa M. Bonnot, Don E. Cornell,Sophinie Hunter, V. DeLene Marshall and Ricardo J. Reyna of Dallas,Texas--- -- each as their true and lawful Attorney-in-Fact to execute under such designation In their names and to affix their corporate seals to and delver for and on their behalf as surety ,o, thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said b• ds or obligations. ---- In Wlthess Whereof,said FEDERAL.INSURANCE COMPLY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNI COMPANY have each executed and attested these presents and affixed their corporate seals on this 31 day of July, 2014. f '''W , et \( (1111 1 li ilik 1 1 • 0- ..�= L oros,Assistant Secretary Matth E.Lubin,Vice P- i i; essaN, ,,,,,;,, ,,., 40.10,0.6)* -,---- . —I,....,Ap-_ . " . % ,.':7 1 1 4'' li (11) , AJPJ , — . i (r)94 '''''' ' ) $ % , --=-2'_:_--ii . , . '' (.: 41,,L --,--- •4vmast.' ,-;;it-, • .--1•.; S. --- $ % --:- .410100. ,-.:i ft;.='. "ir ,,,,F STATE OF NEW JERSEY ss. County of Somerset On this 31Gt day of July, 2014 before me,a Notary Public of New Jersey,personally came Dawn M.Chioros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE ..►� COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of Use By-Laws of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that she is acquainted with Matthew E.Lubin,and knows him to be Vice President of said Companies;and that the signature of Matthew E.Lubin,subscribed to said Power of Attorney Is In the genuine handwrttlng of Matthew E.Lubin,and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal ��\r1E J.q�e` KATHERINE J.ADBAAR iz.c- oTAR ; NOTARY PU (cr ...,r. � Wo.ni6685 g ',/.itzl, 1/11/1/L..� PUMA Commission Expires Ju'y 16,2019 Notary Public � ��'JER g� CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed,The signature of each of the following officers:Chairman.President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secreta,y and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory ri the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and bInding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the Companies') do hereby certify that (I) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department; further, Federal and Vigilant are Licensed in the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and In full force and effect , _ _ . , ....,.... Given under my hand and seals of said Companies at Warren,NJ this day of August,2014. -- _ . 401""ti• 4.'4--; (, ' -- i' * 1 ri)'''' ' ''' ' _ 1 — , - , ' -- % ) ' j _ - ,. • * . ---- 4,aimo.' ---4-;_"_a:' 111 \ _ , I, i ! I -A- * — Dawn Chloros,AsslstantSecretary IIN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS —_. LISTED ABOVEJ OR BY TeIeptione(9O59O3 3493 Fax(9O)9O3- 56 . e-mail: aurety@- bb.com _ ___ ~' Form 15-10-02258-U GEN CONSENT(rev.02-14) Client#: 148784 AUSTITRAI ACORDTM DATE(MM/DDIYYYY)CERTIFICATE OF LIABILITY INSURANCE 8/13/2014 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 r"'+ BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. "As`' IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must 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 CONTACT NAME: USI Southwest Austin PHONE 512 451 7555 Fax 7600BN.CaputalofTXHwy#200 E MA�(A/C,_N��Ex� (A/C,No): 512 467-0113 ____ ADDRESS: Austin,TX 78731 Am, 512 451-7555 AFFORDINGS) COVERAGE NAIC# INSURER n:Zurich American Insurance Co. • 16535 INSURED INSURER e:American Guarantee&Liability 26247 Austin Traffic Signal Construction ------�---------- ---- ----------- --- ------- wsuReR c:Federal Insurance Company 20281 Co.,Inc.&ATS Drilling,Inc. INSURER D P.O.Box 130 — ------ ----- -- INSURER E Round Rock,TX 78680 ------------ --------- ---- INSURER F COVERAGES CERTIFICATE NUMBER: 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. -iNsFi- ADDL SUBR POLICY EFF i POLICY EXP TYPE OF INSURANCE LTR_ _ _ _?INSR NNO___ POLICY NUMBER _____�MMlDD/YYYY��{MMlDDlYYYYj_;_ LIMITS A GENERAL LIABILITY i GL0483972302 O3I01I2O14 O3IO1I2O1 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY � DAMAGE TO RENTED _, i � �PREMISES(Ea occurrence_^s ().0.,Q00____ jCLAIMS-MADE I XI OCCUR j I MED EXP(Any one person) $10,000 I PERSONAL&ADV INJURY $1,000,000 h GENERAL AGGREGATE -s2,000,000 GENt AGGREGATE LIMIT APPLIES PER: I PRODUCTS COMP/OP AGG s2,000,000 POLICY iii jE� ILoC i � i .$ -. A AUTOMOBILE LIABILITY BAP483972402 03/01/2014 O3I01i2O1 LIMIT $1,000,000 X ANY AUTO i BODILY INJURY(Per person) $ ALL OWNED i � SCHEDULED BODILY INJURY(Per accident) $ AUTOS 1 AUTOS NON- WNED !PROPERTY DAMAGE X HIRED AUTOS ±..4 AUTOS I �(Per accident) $ ,400, B _X UMBRELLA LIAB X OCCUR AUC549084902 03/01/2014 O3lO1I2O15cH OCCURRENCE $20,000,000 EXCESS LIAB CLAIMS-MADE I AGGREGATE s20,000,000 DED ,RETENTION$ $ A WORKERS COMPENSATION -� WC483972202 03/01/2014r03/01/201�X [ggraji-- 124"- AND--' EMPLOYERS'LIABILITY y�N $ ANY PROPRIETOR/PARTNER/EXECUTIVE `E.L.EACH ACCIDENT $1000000 , OFFICER/MEMBER EXCLUDED? [ N N!A � , ,(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 �If yes,describe under � - 44,,, __ DESCRIPTION OF OPERATIONS below : � . i E.L.DISEASE-POLICY LIMIT ,$1,000,000 C Installation 06639633 0310112014t 0310112015. $350,000 limit it Floater i $1,000 deductible I � j /0", DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Job#1643-Greenlawn Blvd.at Pflugerville Pkwy Traffic Signal Installation The General Liability and Auto policies include a blanket automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder(and other entities as required by the Prime Contract),only when there is a written contract that requires such status and only with regard to work performed on behalf of the named insured. The General Liability,Auto and Workers Compensation policies (See Attached Descriptions) 1 CERTIFICATE HOLDER CANCELLATION City Of Round ROCK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn:City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E Main Street im', Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ,..� Z. 61. lid aimivt. , ,i ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD ,�, #S13099455/M11695712 CLEHB - ‘• DESCRIPTIONS (Continued from Page 1) • • provide a Blanket Waiver of Subrogation in favor of the same when required by written contract. Coverage is Primary and Non-Contributory,when required by written contract. 30 days notice of cancellation applies,as required by written contract,with the exception of 10 days notice of cancellation due to nonpayment of premium. ,A0k, • -*. SAGITTA 25.3(2010105) 2 of 2 #S13099455/M11695712 ^P�P��WUNNN1af �'Lv'vvv�`av v-�uHh rvl�3av=mNa�>,v., �sdue,Nwauawµ'1Nq. vNN ew>v,•,•Pga,ry� vcuvuo�� .�1'f'f 1',•ar�OV' was^•r'r ramp, �6w'•Fr'fP'N ^WJtiarw�s �d+'dNV�nwr( r�»,ryASfr r'r ryN>f, wuv`waww�;fi}rq $•ve�a�oaw' 00700 GENERA.L CONDITIONS yWnb�ryn , fll}ii,Ty'Nm',Nvp,ryy�¢,.i �e<worvati -„ Jra �i'S1•,n rr .. d�ura�a'a�wv�wat aN f , _+ City of Round Rock Contract Forms General Conditions Section 00700 TABLE OF CONTENTS OF GENERAL CONDITIONS Article ''age Number& Title Number ~_ i. DEFINITIONS mean move somenessm assesses aseemenow mongoose mongoose a assesses smosseso&Dome messages mongoose @Damages 69982.................''..............................................................^ ~- , PRELIMINARY MATTERS., a so$goes an a Defeo we a 6 cause ago a on*eases as Owosso 2 a been sommessmesposs a gameness a Be asses a assesses@ a a a a moose a as so we a a as a se on 6 0 so 5....................................................................5 ` .. CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE,.a @ seemome a masses*messages @one son@ a@ @a mass Does 409067......../ ~~ 4. AVAILABILITY OF LANDS; `;B,n...E-.D P�,|..L ~� CONDITIONS; REFERENCE POINTS8 .'......—...—........'.--..—.''.—.....—.. - .. BONDS Au[' |N`U...N'L --.-------.----------.-------------------.l0 . CONTRACTOR'S .['P.N,|BUUl.. ---.---------------------_--------..1. _~ /. OTHER..OR,-----——------------________________________—_—_. ~_ 8. OWNER'S F[..ON`|B|UT(..--------------------------------------.` . ENGINEERJARCHITECT'S ,l/\Ty. iU.1N. .ON.TRU,T|On--------------------.2^ -- 10m CHANGES N TXF...`,-------------.___...___.'_________.'______._'` 11. CHANGE,r .ONT_.A,T AM.U;T-----------.—____-------------------26 12m CHANGE OF.ONTP:.T ll.E'---------__—_._—_____________________..`9 13. TESTS AND INSPECTIONS;AND CORRECTION OR FFwO./AL OF DFFF.|IV..WORK--------------_------------------..—30 140 PAYMENTS TO CONTRACTOR AND,O:.P|.T|ON-----___---------_---------., 158 SUSPENSION ()F\..R,=nD T_R-|.,||O................................36 ~= 16, DISPUTE F(.OLoT|vN---------_----_--_--__--__-----___--------..8 -- 1/ RIGHT TO:nD[|-----------------_____—_—__—.—_--_---_____---_3' -- 186 MISCELLANEOUS ---.-------------------------------_----_----.4o +_ ~~. ~~ 00700 7=2009 Page 1 ...`.. C........ 00162837 GENERAL CONDITIONS ARTICLE 1 -DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1 Addenda -Written or graphic instruments issued prior to the receipt of Proposals or the opening of Bids that clarify, correct or change the proposal or bidding requirements or the Contract Documents. 1.2 Agreement-Prescribed form, referenced as Section 00500. 1.3 Alternative Dispute Resolution - The process by which a disputed Claim may be settled if the OWNER and the CONTRACTOR cannot reach an agreement between themselves, as an alternative to litigation. 1.4 Bid - Proposal of bidder on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.5 Bid Documents - The advertisement or invitation for bids, instructions to bidders, the bid form, the Contract Documents and Addenda. 1.6 Calendar Day - Any day of the week; no days being excepted. Work on Saturdays, Sundays, and/or Legal Holidays shall only be conducted with prior express written consent of the OWNER. 1.7 Change Directive -A written directive to the CONTRACTOR, signed by the OWNER, ordering a change in the Work and stating a proposed basis for adjustment, if any, in the Contract Amount or Contract Time, or both. A Change Directive may be used in the absence of total agreement on the terms of a Change Order. A Change Directive does not change the Contract Amount or Contract Time, but is evidence that the parties expect that the change directed or documented by a Change Directive will be incorporated in a subsequently issued Change Order. 1.8 Change Orders - Written agreements entered into between the CONTRACTOR and the OWNER authorizing an addition, deletion, or revision to the Contract, issued on or after the Execution Date of the Agreement and within the Contract term. 1.9 Claim - A written demand seeking, as a matter of right, adjustment or interpretation of Contract terms, payment of money, extension of time or other relief with respect to the terms of the Contract. 1.10 Contract - The Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR for performance of the Work, as evidenced by the Contract Documents. 1.11 Contract Amount-The amount payable by the OWNER to the CONTRACTOR for completion of the Work in accordance with the Contract Documents. 1.12 Contract Documents — Invitation to Bid, Instructions to Bidders, General Conditions, Supplemental General Conditions, Special Conditions, Technical Specifications, Project Manual, Drawings, Addenda and Change Orders. 1.13 Contract Time - The number of days allowed for completion of the Work as defined by the Contract. When any period is referred to in days, it will be computed to exclude the first and include the last day of such period. A day of twenty-four(24) hours measured from midnight to the next midnight will constitute a day. 1.14 CONTRACTOR - The individual, firm, corporation, or other business entity with whom the OWNER has entered into the Contract. 00700 7-2009 Page 2 General Conditions 1.15 Drawings - Those portions of the Contract Documents which are graphic representations of the scope, extent and character of the Work to be furnished and performed by the CONTRACTOR and which have been approved by the OWNER. Drawings may include plans, elevations, sections, details, schedules and diagrams. Shop Drawings are not Drawings as so defined. 1.16 Engineer/Architect (E/A) - The OWNER's design professional identified as such in the Contract. The titles of"Architect/Engineer," "Architect" and "Engineer used in the Contract Documents shall be read the same as Engineer/Architect(E/A). Nothing contained in the Contract Documents shall create any contractual or agency relationship between E/A and the CONTRACTOR. 1.17 Equal-The terms"equal"or"approved equal"shall have the same meaning. 1.18 Execution Date-Date of last signature of the parties to the Agreement. 1.19 Field Order-A written order issued by Owner's Representative which orders minor changes in the Work and which does not involve a change in the Contract Amount or the Contract Time. 1.20 Final Acceptance— The stage in the Contract process when, in the OWNER's opinion, Final Completion of the Work has been attained and a Certificate of Acceptance approved by the OWNER is issued. 1.21 Final Completion -The stage in the progress of the Work when, in the OWNER's opinion, the entire Work has been completed, the CONTRACTOR's obligations under the Contract Documents have been fulfilled, and the OWNER is processing or has made final payment to the CONTRACTOR, as evidenced by a Certificate of Acceptance approved by the OWNER. 1.22 Inspector- The authorized representative of any regulatory agency that has jurisdiction over any portion of the Work. 1.23 Legal Holidays 1.23.1 The following are recognized by the OWNER: Holiday Date Observed New Year's Day January 1 Martin Luther King, Jr.'s Third Monday /4011h, Birthday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Veteran's Day November 11 Thanksgiving Day Fourth Thursday in November Friday after Friday after Thanksgiving Thanksgiving Christmas Eve December 24 00700 7-2009 Page 3 General Conditions „dm., Christmas Day December 25 1.23.2 If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. 1.23.3 If Christmas Eve falls on a Saturday or a Sunday, the preceding Friday is observed as the Christmas Eve holiday. 1.23.4 If Christmas Day falls on a Saturday or a Sunday, the following Monday is observed as the Christmas Day holiday. 1.24 Milestones - A significant event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25 Notice to Proceed-A Written Notice given by the OWNER to the CONTRACTOR fixing the date on which the Contract Times will commence to run and on which the CONTRACTOR shall start to perform the CONTRACTOR's obligations under the Contract Documents. 1.26 OWNER — The City of Round Rock, Texas, a municipal corporation, home-rule city and political subdivision organized and existing under the laws of the State of Texas, acting through the City Manager or his/her designee, officers, agents or employees to administer design and construction of the Project. 1.27 Owner's Representative-The designated representative of the OWNER. 1.28 Partial Occupancy or Use- Use by the OWNER of a partially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29 Project -The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. 1.30 Project Manual - That portion of the Contract Documents which may include the following: introductory information; bidding requirements, Contract forms and General and Supplemental General Conditions; General Requirements; Specifications; Drawings; Project Safety Manual;and Addenda. 1.31 Proposal — Proposal of Offeror, under Local Government Code §271.113 providing for alternative project delivery methods, on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.32 Proposal Documents—The advertisement or invitation for Proposals, Instruction to Offerors, the Proposal form,the Contract Documents and Addenda. 1.33 Resident Project Representative-The authorized representative of E/A who may be assigned to the site or any part thereof. 1.34 Shop Drawings -All drawings, diagrams, illustrations, schedules and other data or information which are „Aft, specifically prepared or assembled by or for the CONTRACTOR and submitted by the CONTRACTOR as required by the Contract Documents. 1.35 Specifications -Those portions of the Contract Documents consisting of written technical descriptions as applied to the Work, which set forth to the CONTRACTOR, in detail, the requirements which must be met by all materials, equipment, construction systems, standards, workmanship, equipment and services in order to render a completed and useful project. 1.36 Substantial Completion - The stage in the progress of the Work when the Work, or designated portions thereof, may still require minor modifications or adjustments but, in the OWNER's opinion, the Work has progressed to the point such that all parts of the Work under consideration are fully operational, as evidenced by a Certificate of Substantial Completion approved by the OWNER. 00700 7-2009 Page 4 General Conditions tos., 1.37 Subcontractor-An individual, firm, or corporation having a direct contract with the CONTRACTOR for the performance of a part of the Work. 411111k, 1.38 Sub-subcontractor - A person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work. 1.39 Superintendent - The representative of the CONTRACTOR authorized in writing to receive and fulfill instructions from Owner's Representative, and who shall supervise and direct construction of the Work. 1.40 Supplemental General Conditions-The part of the Contract Documents which either amends or supplements the General Conditions. All General Conditions which are not so amended or so supplemented shall be considered as remaining in full force and effect. 4*, 1.41 Supplier - An individual or entity having a direct contract with the CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the CONTRACTOR or any Subcontractor. 1.42 Time Extension Request-An approved request for time extension on a form acceptable to the OWNER. 1.43 Work-The entire completed construction, or the various separately identifiable parts thereof, required to be furnished under the Contract Documents. 1.44 Working Day - Any day of the week, not including Saturdays, Sundays, or Legal Holidays, in which conditions not under the CONTRACTOR's control will permit work for at least seven (7) hours of the Working Times. Upon authorization by the Owner's Representative, work on Saturdays, Sundays and/or Legal Holidays may be allowed and in that event a Working Day will be counted for each such day. 1.45 Working Times —Times of day(s) during which work may be performed. Unless authorized by Owner's Representative, all Work shall be performed between 7:00 a.m. and 6:00 p.m. on weekdays and, if previously authorized as provided for in paragraph 1.44 or paragraph 1.6 herein, as applicable, between 9:00 a.m. and 6:00 p.m. on Saturdays, Sundays or Legal Holidays. When the CONTRACTOR has been authorized to perform Work during hours outside Working Times, such hours shall be considered time worked on Working Day contracts. Notwithstanding the preceding, emergency work may be done without prior permission only as provided in paragraph 6.11.5 herein. 1.46 Written Notice - Written communication between the OWNER and the CONTRACTOR. Written Notice shall be deemed to have been duly served if delivered in person to Owner's Representative or to the CONTRACTOR's duly authorized representative, or if such Written Notice is delivered to or sent by registered or certified mail to the attention of Owner's Representative or to the CONTRACTOR's duly authorized representative at the last business address known to the party giving notice. ARTICLE 2-PRELIMINARY MATTERS 2.1 Delivery of Agreement, Bonds, Insurance, and Other Documentation: Within ten (10) Calendar Days after written notification of award of Contract, the CONTRACTOR shall deliver to the OWNER signed Agreement, Bond(s), Insurance Certificate(s)and other documentation required for execution of the Contract. 2.2 Copies of Documents: The OWNER shall furnish to the CONTRACTOR two (2) copies of the Contract Documents unless otherwise specified. Additional copies will be furnished, upon request, at the cost specified in the Supplemental General Conditions. 00700 7-2009 Page 5 General Conditions 2.3 Commencement of Contract Times; Notice to Proceed: The Contract Time(s) will begin to run on the day indicated in the Notice to Proceed. Notice to Proceed will be given at any time within sixty (60) Calendar Days after the Execution Date of the Agreement, unless extended by written agreement of the parties. 2.4 Before Starting Construction: 2.4.1 No Work shall be done at the site prior to the preconstruction conference without the OWNER's approval. Before undertaking each part of the Work, the CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The CONTRACTOR shall promptly report in writing to Owner's Representative any conflict, error, ambiguity or discrepancy which the CONTRACTOR may discover and shall obtain a written interpretation or clarification from Owner's Representative before proceeding with any Work affected thereby. The CONTRACTOR shall be liable to the 'OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents of which the CONTRACTOR knew or reasonably should have known. 2.4.2 The CONTRACTOR shall submit the following to Owner's Representative for review and approval no later than the preconstruction conference: .1 a preliminary progress schedule indicating the times (number of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents, identifying when all Subcontractors will be utilized, and taking into consideration any limitations on Working Hours; .2 a preliminary schedule of Shop Drawing and sample submittals; .3 a preliminary schedule of values for all of the Work, subdivided into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work; .4 a letter designating CONTRACTOR's Superintendent; .5 a letter from the CONTRACTOR and Subcontractor(s) listing any salaried specialists; .6 if applicable, a letter designating the "Competent Person(s)" on general safety and trench safety measures; .7 if applicable, a trench safety system plan; .8 if applicable, a plan illustrating proposed locations of temporary facilities; .9 if applicable, a traffic control plan; .10 a completed Non-Use of Asbestos Affidavit(Prior to Construction); and .11 if applicable, a letter designating the Texas Registered Professional Land Surveyor for layout of the Work. fiak, 2.5 Preconstruction Conference: Prior to commencement of Work at the site, a preconstruction conference attended by the CONTRACTOR, Owner's Representative and others will be held. 00700 7-2009 Page 6 General Conditions 2.6 Initially Acceptable Schedules: Unless otherwise provided in the Contract Documents, the CONTRACTOR shall obtain approval of Owner's Representative on final versions of the schedules submitted in accordance with paragraph 2.4.2 before the first progress payment will be made to the CONTRACTOR. The progress schedule must provide for an orderly progression of the Work to completion within any specified Milestones and Contract Times. Acceptance of the schedule by Owner's Representative will neither impose on Owner's Representative responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve the CONTRACTOR from the CONTRACTOR's full responsibility therefor. The CONTRACTOR's schedule of Shop Drawings and sample submissions must provide an arrangement agreeable to the parties for reviewing and processing the required submittals. ARTICLE 3-CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 3.1 Intent: 3.1.1 The intent of the Contract Documents is to include all information necessary for the proper execution and completion of the Work by the CONTRACTOR. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. In cases of disagreement, the following order of precedence shall govern (top item receiving priority of interpretation): Signed Agreement Addenda to the Contract Documents Special Conditions Supplemental General Conditions General Conditions Other Bidding Requirements and Contract Forms Special Provisions to the Standard Technical Specifications Special Specifications Standard Technical Specifications Drawings(figured dimensions shall govern over scaled dimensions) Project Safety manual, if applicable 3.1.2 Unless otherwise stated in the Contract Documents, words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. 3.2 Reporting and Resolving Discrepancies: If, during the performance of the Work, the CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provisions of any such law or regulation applicable to the performance of the Work or of any such standard, specification, manual or code or instructions of any Supplier, the CONTRACTOR shall immediately report it to Owner's Representative in writing, and the CONTRACTOR shall not proceed with the Work affected thereby until an amendment or supplement to Oft, the Contract Documents has been issued by one of the methods indicated in paragraph 3.3.1 or paragraph 3.3.2. The CONTRACTOR shall be liable to the OWNER for failure to report any such conflict, error, ambiguity or discrepancy of which the CONTRACTOR knew or reasonably should have known. 3.3 Amending and Supplementing Contract Documents: 3.3.1 The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: .1 Change Order. .2 Change Directive. 00700 7-2009 Page 7 General Conditions /aft, .3 Time Extension Request. /4116., 3.3.2 In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: .1 Field Order. .2 Review of a Shop Drawing or sample. oft, .3 Written interpretation or clarification. 3.4 Reuse of Documents Prohibited: The CONTRACTOR and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with the OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of E/A or E/A's consultants, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of the OWNER and E/A. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 Availability of Lands: #11111 The OWNER shall furnish, as indicated in the Contract Documents, all required rights to use the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which oft, are designated for the use of the CONTRACTOR. The OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which the CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the OWNER, unless otherwise provided in the Contract Documents. If the OWNER fails to furnish these lands, rights-of-way or easements in a timely manner, the CONTRACTOR may make a Claim for adjustments in the Contract Times. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Subsurface and Physical Conditions: 4.2.1 The CONTRACTOR hereby covenants that it has examined the site of the proposed Work and is familiar with all of the conditions surrounding construction of the Project, having conducted all inquiries, tests and investigations deemed necessary and proper. 4.2.2 If conditions are encountered at the site which are (1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, that differ materially from those normally encountered in the type of work being /4111111., performed under this Contract, then notice by the observing party shall be given to the other party promptly before conditions are disturbed and in no event later than seven (7) calendar days after first observance of the conditions. Owner's Representative will promptly investigate such conditions with E/A and, if they differ materially and cause an increase or decrease in the CONTRACTOR's cost of, or time required for, performance of any part oft, of the Work, will recommend an equitable adjustment in the Contract Amount or Contract Time, or both. If Owner's Representative determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the CONTRACTOR shall tido, be notified in writing, stating the reasons. Any disputes arising from Owner's Representative's determination shall be resolved in accordance with Article 16. 4.2.3 Notwithstanding any other provision of this Contract, the CONTRACTOR shall be solely responsible for the location and protection of any and all public lines and utility customer service lines in the Work area. For the 00700 7-2009 Page 8 General Conditions purposes of this section, "public lines" means the utility distribution and supply system within public rights-of-way or easements, and "utility customer service lines" (service) means any utility line connecting a utility customer to the utility distribution system. Generally, existing service connections within right-of-way or easements are not shown on the Drawings. The CONTRACTOR shall notify the OWNER and "One Call" and exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the CONTRACTOR's work or storage areas. The CONTRACTOR's obligation hereunder shall be primary and nondelegable. The CONTRACTOR shall indemnify or reimburse such expenses or costs (including fines that may be levied against the OWNER) that may result from unauthorized or accidental damage to all public lines Atik, and utility customer service lines in the Work area. The OWNER reserves the right to repair such damage the CONTRACTOR may cause, at the CONTRACTOR's expense. 4.2.4 The CONTRACTOR shall take reasonable precaution to avoid disturbing primitive records and antiquities of archaeological, paleontological or historical significance. No objects of this nature shall be disturbed without written permission of the OWNER and the Texas Department of Antiquities Protection. When such objects are uncovered unexpectedly, the CONTRACTOR shall stop all Work in close proximity and notify Owner's Representative and the Texas Department of Antiquities Protection of their presence and shall not disturb them until written permission and permit to do so is granted. All primitive rights and antiquities uncovered on the OWNER's property shall remain property of the State of Texas, the Texas Department of Antiquities Protection /aft, conforming to the Texas Natural Resources Code. If it is determined by the OWNER, in consultation with the Texas Department of Antiquities Protection, that exploration or excavation of primitive records or antiquities on Project site is necessary to avoid loss, the CONTRACTOR shall cooperate in salvage work attendant to preservation. If the Work stoppage or salvage work causes an increase in the CONTRACTOR's cost of, or time required for, performance of the Work, the Contract Amount and/or Contract Time may be equitably adjusted. 4.3 Reference Points: Unless otherwise specified, the OWNER will furnish all reference points, benchmarks, survey monuments, and control points which, in the OWNER's opinion, are suitable for laying out the Work. Such benchmarks and reference points will be placed at intervals not to exceed 1,500 feet. All reference points, benchmarks, survey monuments and control points shall be carefully preserved by the CONTRACTOR by use of flags, laths or other appropriate measures and, in case of destruction or removal by the CONTRACTOR or its employees, such reference points, benchmarks, survey monuments, and control points shall be replaced by a Registered Professional Land Surveyor at the CONTRACTOR's expense. When reference points, benchmarks, survey monuments, or control points are in conflict with the Work, then reestablishment will be the OWNER's responsibility during or upon completion of the Work. 4.4 Hazardous Materials: 4.4.1 The OWNER shall be responsible for any hazardous material uncovered or revealed at the site which was not shown, indicated or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. The CONTRACTOR shall immediately notify Owner's Representative of any suspected hazardous materials encountered before or during performance of the Work and shall take all necessary precautions to avoid further disturbance of the materials. 4.4.2 The CONTRACTOR shall be responsible for any hazardous materials brought to the site by the Ammk, CONTRACTOR, Subcontractor, Suppliers or anyone else for whom the CONTRACTOR is responsible. 4.4.3 No asbestos-containing materials shall be incorporated into the Work or brought on the Project site without prior approval of the OWNER. 00700 7-2009 Page 9 General Conditions ARTICLE 5-BONDS AND INSURANCE 5.1 Surety and Insurance Companies: All bonds and insurance required by the Contract Documents shall be obtained from solvent surety or insurance companies that are duly licensed by the State of Texas and authorized to issue bonds or insurance policies for the limits and coverages required by the Contract Documents. The bonds shall be in a form acceptable to the /40111., OWNER and shall be issued by a surety which complies with the requirements of Art. 7.19-1, Texas Insurance Code(1997)and which is otherwise acceptable to the OWNER. OWNER may require the surety to obtain reinsurance for any portion of the risk that exceeds 10% of the surety's capital and surplus. For bonds exceeding $100,000, the surety must also hold a certificate of authority from the U.S. Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury. 5.2 Workers'Compensation Insurance Coverage: 5.2.1 Definitions: .1 Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on the Project,for the duration of the Project. .2 Duration of the Project - includes the time from the beginning of the Work on the Project until the CONTRACTOR's/person's Work on the Project has been completed and accepted by the OWNER. .3 Persons providing services on the Project ("subcontractor" herein) - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the Project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, by way of illustration and not of limitation, independent contractors, Subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services"does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 5.2.2 The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the CONTRACTOR providing services on the Project, for the duration of the Project. 5.2.3 The OWNER will not execute the Contract prior to the CONTRACTOR providing all required certificates of coverage. Adak 5.2.4 If the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the duration of the Project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. 5.2.5 The CONTRACTOR shall obtain from each person providing services on the Project, and provide to the OWNER: .1 a certificate of coverage, prior to that person beginning Work on the Project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 00700 7-2009 Page 10 General Conditions .2 no later than seven (7) days after receipt by the CONTRACTOR, a new certificate of coverage ,dek showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. 5.2.6 The CONTRACTOR shall retain all required certificates of coverage for the duration of the Project and for ,", one(1)year thereafter. 5.2.7 The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery within ten -_- (10)days after the CONTRACTOR knew or should have known of any change that materially affects the provision of coverage of any person providing services on the Project. 5.2.8 The CONTRACTOR shall post at its office or on each Project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the ,••., Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. ,40k, 5.2.9 The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a Project to: .1 provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the Project, for the duration of the Project; --- .2 provide to the CONTRACTOR, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; .3 provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage --- showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; .4 obtain from each other person with whom it contracts, and provide to the CONTRACTOR: a) a certificate of coverage, prior to the other person beginning Work on the Project; and b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage _,. period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; .5 retain all required certificates of coverage on file for the duration of the Project and for one (1) year thereafter; .6 notify the OWNER in writing by certified mail or personal delivery within ten (10)days after the person knew or should have known of any change that materially affects the provision of coverage of any person providing services on the Project; and _._ .7 contractually require each person with whom it contracts, to perform as required by paragraphs 5.2.9.1 - 5.2.9.7, with the certificates of coverage to be provided to the person for whom they are - - providing services. 5.2.10 By signing this Contract or providing or causing to be provided a certificate of coverage, the CONTRACTOR is representing to the OWNER that all employees of the CONTRACTOR who will provide services on the Project will be covered by workers'compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the _ .. CONTRACTOR to administrative penalties, criminal penalties, civil penalties, or other civil actions. ,,,,, 00700 7-2009 Page 11 General Conditions 5.2.11 The CONTRACTOR's failure to comply with any of these provisions is a breach of Contract by the CONTRACTOR which entitles the OWNER to declare the Contract void if the CONTRACTOR does not remedy the breach within ten (10)days after receipt of notice of breach from the OWNER. 5.3 Contractor Insurance Requirements: ,40111.4, For specific bond requirements and additional insurance requirements, refer to the Supplemental General Conditions. 5.3.1.1 General Requirements: .1 CONTRACTOR shall carry insurance in the types and amounts indicated below for the duration of the Contract, which shall include items owned by OWNER in the care, custody and control of CONTRACTOR prior to and during construction and warranty period. .2 CONTRACTOR must complete and forward the required Certificates of Insurance to OWNER before the Contract is executed as verification of coverage required below. CONTRACTOR shall not commence Work until the required insurance is obtained and until such insurance has been reviewed by OWNER. Approval of insurance by OWNER shall not relieve or decrease the liability of CONTRACTOR hereunder and shall not be construed to be a limitation of liability on the part of CONTRACTOR. CONTRACTOR must also complete and forward the required Certificates of Insurance to OWNER whenever a previously identified policy period has expired as verification of continuing coverage. .3 CONTRACTOR's insurance coverage is to be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of B+VII or better, except for hazardous material insurance which shall be written by companies with A.M. Best ratings of A-or better. .4 All endorsements naming the OWNER as additional insured,waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall indicate: City of Round Rock, 221 E. Main St., Round Rock, Texas 78664. .5 The "other" insurance clause shall not apply to the OWNER where the OWNER is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both OWNER and CONTRACTOR, shall be considered primary coverage as applicable. .6 If insurance policies are not written for amounts specified below, CONTRACTOR shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. .7 OWNER shall be entitled, upon request and without expense, to receive certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. .8 OWNER reserves the right to review the insurance requirements set forth during the effective period of this Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by OWNER based upon changes in statutory law, court decisions, the claims history of the industry or financial condition of the insurance company as well as CONTRACTOR. .9 CONTRACTOR shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. 00700 7-2009 Page 12 General Conditions /41%, .10 CONTRACTOR shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. .11 CONTRACTOR shall provide OWNER thirty (30) days written notice of erosion of the aggregate � limits below occurrence limits for all applicable coverages indicted within the Contract. .12 If OWNER-owned property is being transported or stored off-site by CONTRACTOR, then the _._ appropriate property policy will be endorsed for transit and storage in an amount sufficient to protect OWNER's property. .13 The insurance coverages required under this contract are required minimums and are not intended to limit the responsibility or liability of CONTRACTOR. 5.3.1.2 Business Automobile Liability Insurance. Provide coverage for all owned, non-owned and hired vehicles. The policy shall contain the following endorsements in favor of OWNER: a) Waiver of Subrogation endorsement TE 2046A; b) 30 day Notice of Cancellation endorsement TE 0202A; and c) Additional Insured endorsement TE 9901 B. Provide coverage in the following types and amounts: .1 A minimum combined single limit of $500,000 per occurrence for bodily injury and property damage. Alternate acceptable limits are $250,000 bodily injury per person, $500,000 bodily injury per occurrence and at least$100,000 property damage liability each accident. 5.3.1.3 Workers'Compensation and Employers' Liability Insurance: �•, Coverage shall be consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Section 401). CONTRACTOR shall assure compliance with this Statute by submitting two (2) copies of a standard certificate of coverage (e.g. ACCORD form) to Owner's Representative for every person providing services on the Project as acceptable proof of coverage. The required Certificate of Insurance must be presented as evidence of coverage for CONTRACTOR. Workers' Compensation ,.. Insurance coverage written by the Texas Workers Compensation Fund is acceptable to OWNER. CONTRACTOR's policy shall apply to the State of Texas and include these endorsements in favor of OWNER: a) Waiver of Subrogation,form WC 420304; and b) 30 day Notice of Cancellation,form WC 420601. The minimum policy limits for Employers'Liability Insurance coverage shall be as follows: �•, .1 $100,000 bodily injury per accident, $500,000 bodily injury by disease policy limit and $100,000 bodily injury by disease each employee. /4A., 5.3.1.4 Commercial General Liability Insurance. The Policy shall contain the following provisions: a) Blanket contractual liability coverage for liability assumed under the Contract and all contracts relative to this Project. 00700 7-2009 Page 13 General Conditions b) Completed Operations/Products Liability for the duration of the warranty period. c) Explosion, Collapse and Underground (X, C& U)coverage. d) Independent Contractors coverage. e) Aggregate limits of insurance per project, endorsement CG 2503. OWNER listed as an additional insured, endorsement CG 2010. g) 30 day notice of cancellation in favor of OWNER, endorsement CG 0205. h) Waiver of Transfer of Recovery Against Others in favor of OWNER, endorsement CG 2404. Provide coverages A&B with minimum limits as follows: .1 A combined bodily injury and property damage limit of$500,000 per occurrence. 5.3.1.5 Builders' Risk Insurance. CONTRACTOR shall maintain Builders' Risk Insurance or Installation Insurance on an all risk physical loss form in the Contract Amount. Coverage shall continue until the Work is accepted by OWNER. OWNER shall be a loss payee on the policy. If off site storage is permitted, coverage shall include transit and storage in an amount sufficient to protect property being transported or stored. 5.4 Bonds: 5.4.1 General. .1 Bonds, when required, shall be executed on forms furnished by or acceptable to OWNER. All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. .2 If the surety on any bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of the preceding paragraph, CONTRACTOR shall within ten (10) days thereafter substitute another bond and surety, both of which must be acceptable to OWNER. .3 When Performance Bonds and/or Payment Bonds are required, each shall be issued in an amount of one hundred percent (100%) of the Contract Amount as security for the faithful performance and/or payment of all CONTRACTOR's obligations under the Contract Documents. Performance Bonds and Payment Bonds shall be issued by a solvent surety company authorized to do business in the State of Texas, and shall meet any other requirements established by law or by OWNER pursuant to applicable law. Any surety duly authorized to do business in Texas may write Performance and Payment Bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligations over 10 percent. 5.4.2 Performance Bond. .1 If the Contract Amount exceeds $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER. .2 If the Contract Amount exceeds $25,000 but is less than or equal to $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER, unless the original Contract Time is 60 Calendar Days/40 Working Days or less, in which case CONTRACTOR can agree to the following terms and conditions for payment in lieu of providing a Performance Bond: no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER; CONTRACTOR shall be entitled to receive 95% of the Contract Amount ea*, 00700 7-2009 Page 14 General Conditions Aft, following Final Completion, and the remaining 5% of the Contract Amount following the one year warranty period. .3 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to furnish a Performance Bond; provided that no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER under the following terms and conditions: CONTRACTOR shall be entitled to receive 95% of the Contract Amount following Final Completion, and the remaining 5% of the Contract Amount following the one year warranty period. .4 If a Performance Bond is required to be furnished, it shall extend for the one year warranty period. 5.4.3 Payment Bond. .1 If the Contract Amount exceeds $25,000, CONTRACTOR shall furnish OWNER with a Payment Bond in the form set out by OWNER. .2 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to furnish a Payment Bond; provided that no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER under the terms and conditions specified in paragraph 5.4.2.3. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence: 6.1.1 The CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Unless otherwise directed by the OWNER in the Contract Documents, the CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.1.2 The CONTRACTOR shall have an English-speaking, competent Superintendent on the Work at all times that work is in progress. Upon request of Owner's Representative, the CONTRACTOR shall present the resume of the proposed Superintendent to Owner's Representative showing evidence of experience and successful superintendence and direction of work of a similar scale and complexity. If, in the opinion of Owner's Representative, the proposed Superintendent does not indicate sufficient experience in line with the Work, he/she will not be allowed to be the designated Superintendent for the Work. The Superintendent shall not be replaced without Written Notice to Owner's Representative. If the CONTRACTOR deems it necessary to replace the Superintendent, the CONTRACTOR shall provide the necessary information for approval, as stated above, on the proposed new Superintendent. A qualified substitute Superintendent may be designated in the event that the designated Superintendent is temporarily away from the Work, but not to exceed a time limit acceptable to Owner's Representative. The CONTRACTOR shall replace the Superintendent upon the OWNER's request in the event the Superintendent is unable to perform to the OWNER's satisfaction. The Superintendent will be the CONTRACTOR's representative on the Work and shall have the authority to act on behalf of the CONTRACTOR. All communications given to the Superintendent shall be as binding as if given to the CONTRACTOR. Either the CONTRACTOR or the Superintendent shall provide an emergency and home telephone number at which one or the other may be reached if necessary when work is not in progress. 6.2 Labor, Materials and Equipment: 6.2.1 The CONTRACTOR agrees to employ only orderly and competent workers, skillful in performance of the type of Work required under this Contract. The CONTRACTOR, Subcontractors, Sub-subcontractors, and their employees may not use or possess any firearms, alcoholic or other intoxicating beverages, illegal drugs or controlled substances while on the job or on the OWNER's property, nor may such workers be intoxicated, or 00700 7-2009 Page 15 General Conditions under the influence of alcohol or drugs, on the job. If the OWNER or Owner's Representative notifies the CONTRACTOR that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the CONTRACTOR shall immediately remove such worker from performing Contract Work, and may not employ such worker again on Contract Work without the OWNER's prior written consent. The CONTRACTOR shall at all times maintain good discipline and order on or off the site in all matters pertaining to the Project. The CONTRACTOR shall pay workers no less than the wage rates established in Section 00830, and maintain weekly payroll reports as evidence thereof. 6.2.2 Unless otherwise specified, the CONTRACTOR shall provide and pay for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, re-testing of defective work, start-up and completion of the Work. 6.2.3 All materials and equipment shall be of good quality and new (including new products made of recycled materials), except as otherwise provided in the Contract Documents. If required by Owner's Representative, the CONTRACTOR shall furnish satisfactory evidence (reports of required tests, manufacturer's certificates of compliance with material requirements, mill reports, etc.) as to the kind, quantity and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. 6.2.4 Substitutes and "Approved Equal" Items: 6.2.4.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains words reading that no like, equivalent or "approved equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to Owner's Representative under the following circumstances: .1 "Approved Equal": If, in the OWNER's sole discretion, an item of material or an item of equipment proposed by the CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by the OWNER as an "approved equal" item, in which case review of the proposed item may, in the OWNER's sole discretion, be accomplished without compliance with some or all of the requirements for evaluation of proposed substitute items. The CONTRACTOR shall provide the OWNER with the documentation required for the OWNER to make its determination. .2 Substitute Items: If, in the OWNER's sole discretion, an item of material or an item of equipment proposed by the CONTRACTOR does not qualify as an "approved equal" item under paragraph 6.2.4.1.1, then it will be considered a proposed substitute item. The CONTRACTOR shall submit sufficient information to allow the OWNER to determine that the item of material or item of equipment proposed is essentially equivalent to that named and a substitute therefor. 6.2.4.2 Substitute Construction Methods and Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, the CONTRACTOR may with prior approval of the OWNER furnish or utilize a substitute means, method, technique, sequence, or procedure of construction. The CONTRACTOR shall submit sufficient information to Owner's Representative to allow the OWNER, in the OWNER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. 6.2.4.3 OWNER's Evaluation: The OWNER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraph 6.2.4.1.1 and paragraph 6.2.4.1.2. The OWNER will be the sole judge of acceptability. No "approved equal" or substitute shall be ordered, installed, or utilized until the OWNER's review is complete, which will be evidenced by either a Change Order or completion of the Shop Drawing review procedure. The OWNER may require the CONTRACTOR to furnish at the CONTRACTOR's expense a special performance guarantee or other surety bond with respect to any "approved equal" or Ago, 00700 7-2009 Page 16 General Conditions olmh, ..„ substitute. The OWNER shall not be responsible for any delay due to review time for any "approved equal" or substitute. 6.2.4.4 CONTRACTOR's Expense: All data to be provided by the CONTRACTOR in support of any proposed „...„., "approved equal"or substitute item will be at the CONTRACTOR's expense. 6.2.5 The CONTRACTOR agrees to assign to the OWNER any rights it may have to bring antitrust suits against its Suppliers for overcharges on materials incorporated in the Project growing out of illegal price fixing agreements. The CONTRACTOR further agrees to cooperate with the OWNER should the OWNER wish to prosecute suits against Suppliers for illegal price fixing. 6.3 Progress Schedule: Unless otherwise directed, the CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.6 as it may be adjusted from time to time as provided below: .1 The CONTRACTOR shall submit to Owner's Representative for acceptance proposed adjustments in the progress schedule that will not change the Contract Times or Milestones. Such adjustments will tisk, conform generally to the progress schedule then in effect. .2 Proposed adjustments in the progress schedule that will change the Contract Times or Milestones shall be submitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order or Time Extension Request in accordance with Article 12. 6.4 Concerning Subcontractors, Suppliers and Others: 6.4.1 Assignment: The CONTRACTOR agrees to retain direct control of and give direct attention to the fulfillment of this Contract. The CONTRACTOR agrees not to, by Power of Attorney or otherwise, assign said Contract without the prior written consent of the OWNER. 6.4.2 Award of Subcontracts for Portions of the Work: The CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom the OWNER may have reasonable objection. The CONTRACTOR must provide the OWNER with a list of all Subcontractors, Suppliers, or other persons or organizations it will use in the Work, and such list must be provided prior to the preconstruction conference. Should the OWNER have objections, the OWNER will communicate such objections by Written Notice. If the OWNER requires a change without good cause of any „,. Subcontractor, person or organization previously accepted by OWNER, the Contract Amount may be increased or decreased by the difference in the cost occasioned by any such change, and an appropriate Change Order shall be issued. The CONTRACTOR shall not substitute any Subcontractor, person or organization that has .....,„„„ been accepted by the OWNER, unless the substitute has been accepted in writing by the OWNER. No acceptance by the OWNER of any Subcontractor, Supplier or other person or organization shall constitute a „ waiver of any right of the OWNER to reject defective Work. 6.4.3 The CONTRACTOR shall enter into written agreements with all Subcontractors and Suppliers which specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents for the benefit of the OWNER and E/A. The OWNER reserves the right to specify that certain requirements shall be adhered to by all Subcontractors and Sub-subcontractors as indicated in other portions of the Contract Documents and these requirements shall be made a portion of the agreement between the CONTRACTOR and Subcontractor or Supplier. 6.4.4 The CONTRACTOR shall be fully responsible to the OWNER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR just as the CONTRACTOR is responsible for the CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any „..., such Subcontractor, Supplier or other person or organization any contractual relationship between the OWNER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of the OWNER or E/A to pay or to see to the payment of any amounts due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by laws and regulations. 4ft, 00700 7-2009 Page 17 General Conditions 6.4.5 The CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR. The CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with Owner's Representative through the CONTRACTOR. 6.4.6 The divisions and sections of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing or delineating the Work to be performed by any specific trade. 6.4.7 The CONTRACTOR shall pay each Subcontractor and Supplier their appropriate share of payments made to the CONTRACTOR not later than ten (10) Calendar Days after the CONTRACTOR's receipt of payment from the OWNER. 6.5 Patent Fees and Royalties: 6.5.1 The CONTRACTOR shall be responsible at all times for compliance with applicable patents or copyrights encompassing, in whole or in part, any design, device, material, or process utilized, directly or indirectly, in the performance of the Work or the formulation or presentation of its Bid. 6.5.2 The CONTRACTOR shall pay all royalties and license fees and shall provide, prior to commencement of Work hereunder and at all times during the performance of same, for lawful use of any design, device, material or process covered by letters, patent or copyright by suitable legal agreement with the patentee, copyright holder, or their duly authorized representative whether or not a particular design, device, material, or process is specified by the OWNER. 6.5.3 The CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright and shall save the OWNER harmless from any loss or liability, direct or indirect, arising with respect to the CONTRACTOR's process in the formulation of its bid or the performance of the Work or otherwise arising in connection therewith. The OWNER reserves the right to provide its own defense to any suit or claim of infringement of any patent or copyright in which event the CONTRACTOR shall indemnify and save harmless the OWNER from all costs and expenses of such defense as well as satisfaction of all judgments entered against the OWNER. 6.5.4 The OWNER shall have the right to stop the Work and/or terminate this Agreement at any time in the event the CONTRACTOR fails to disclose to the OWNER that the CONTRACTOR's work methodology includes omit, the use of any infringing design, device, material or process. 6.6 Permits, Fees: Unless otherwise provided in the Supplemental General Conditions, the CONTRACTOR shall obtain and pay for all construction permits, licenses and fees required for prosecution of the Work. OWNER will obtain and pay for the following permits, licenses and/or fees, if required: .1 Site Development Permit. .2 Building Permit(s). .3 Texas Department of Transportation permit for work in State rights-of-way. .4 Railroad Utility License Agreement. 6.7 Laws and Regulations: 6.7.1 The CONTRACTOR shall give all notices and comply with all laws and regulations applicable to AA* furnishing and performing the Work. Except where otherwise expressly required by applicable laws and 00700 7-2009 Page 18 General Conditions regulations, neither the OWNER nor E/A shall be responsible for monitoring the CONTRACTOR's compliance with any laws and regulations. 6.7.2 The CONTRACTOR shall plan and execute its operations in compliance with all applicable Federal, State and local laws and regulations, including those concerning control and abatement of water pollution and prevention and control of air pollution. 6.7.3 If the CONTRACTOR performs any Work knowing or having reason to know that it is contrary to laws or regulations, then the CONTRACTOR shall bear all claims, costs, losses and damages arising therefrom; however, it shall not be the CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with laws and regulations, but this does not relieve the CONTRACTOR of the CONTRACTOR's obligations under Article 3. 6.8 Taxes: 6.8.1 The CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by the CONTRACTOR in accordance with the laws and regulations of the State of Texas. 6.8.2 The OWNER is an exempt organization as defined by Chapter 11 of the Property Tax Code of Texas and is thereby exempt from payment of Sales Tax under Chapter 151, Limited Use Sales, Excise and Use Tax, Texas Tax Code, and Article 1066 (C), Local Sales and Use Tax Act, Revised Civil Statutes of Texas. 6.9 Use of Premises: 6.9.1 The CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by laws and regulations, rights-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, the CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by dispute resolution proceeding or at law. The CONTRACTOR shall indemnify, defend and hold harmless the OWNER, E/A, E/A's consultants and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages (including court costs and reasonable attorneys' fees) arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against the OWNER, E/A or any other party indemnified hereunder to the extent caused by or based upon performance of the Work or failure to perform the Work. 6.9.2 During the progress of the Work and on a daily basis, the CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work, the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. The CONTRACTOR shall leave the site clean and ready for occupancy by the OWNER at Substantial Completion of the Work. The CONTRACTOR shall, at a minimum, restore to original condition all property not designated for alteration by the Contact Documents. 6.9.3 The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.10 Record Documents: The CONTRACTOR shall maintain in a safe place at the site, or other location acceptable to the OWNER, one(1) record copy of all Drawings, Specifications, Addenda, Change Orders, Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.5) in good order and annotated to show all changes made during construction. These record documents, together with all final samples and all final Shop Drawings, will be available to the OWNER and E/A for reference during performance of the Work. Upon 00700 7-2009 Page 19 General Conditions edik, Substantial Completion of the Work, these record documents, samples and Shop Drawings shall be promptly delivered to Owner's Representative. 6.11 Safety and Protection: 6.11.1 The CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Upon request, and prior to installation of measures, the CONTRACTOR shall submit a site security plan for approval by the OWNER. By reviewing the plan or making recommendations or comments, the OWNER will not assume liability nor will the CONTRACTOR be relieved of liability for damage, injury or loss. The CONTRACTOR shall take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury or loss to: .1 all persons on the Work site or who may be affected by the Work; ,.., .2 all the Work and materials and equipment to be incorporated therein,whether in storage on or off the site; and .3 other property at the site or adjacent thereto, including but not limited to, trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and underground facilities not designated for removal, ...�, relocation or replacement in the course of construction. 6.11.2 The CONTRACTOR shall comply with all applicable laws and regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The CONTRACTOR shall notify owners of .., adjacent property and of underground facilities, and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.11.1.2 and paragraph 6.11.1.3 caused, directly or indirectly, in whole or in part, by the CONTRACTOR, Subcontractor, Supplier or any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any _... of them may be liable, shall be remedied by the CONTRACTOR(except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of the OWNER, or E/A, or EIA's consultant or anyone employed by any of them or anyone whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the faults or negligence of the CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). The CONTRACTOR's duties and ,.., responsibilities for safety and protection of the Work shall continue until such time as all the Work is completed and Owner's Representative has issued a notice to the OWNER and the CONTRACTOR in accordance with Article 14 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). „A0,, 6.11.3 Safety Representative: The CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Upon request of the OWNER, the 4111111. CONTRACTOR shall provide certifications or other documentation of the safety representative's qualifications. 6.11.4 Hazard Communication Programs: The CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with laws and regulations. 6.11.5 Emergencies: 6.11.5.1 In emergencies affecting the safety or protection of persons or the Work at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the OWNER or E/A, is obligated to act reasonably to prevent threatened damage, injury or loss and to mitigate damage or loss to the Work. The CONTRACTOR shall give Owner's Representative prompt written notice if the CONTRACTOR believes that any �., significant changes in the Work or variations from the Contract Documents have been caused thereby. If Owner's Representative determines that a change in the Contract Documents is required because of the action taken by the CONTRACTOR in response to such an emergency, a Change Directive or Change Order will be issued to 00700 7-2009 Page 20 General Conditions Ada, document the consequences of such action; otherwise the OWNER will not be responsible for the CONTRACTOR's emergency action. 6.11.5.2 Authorized agents of the CONTRACTOR shall respond immediately to call-out at any time of any day or night when circumstances warrant the presence on Project site of the CONTRACTOR or its agent to protect the Work or adjacent property from damage, restriction or limitation or to take such action or measures pertaining to the Work as may be necessary to provide for the safety of the public. Should the CONTRACTOR and/or its agent fail to respond and take action to alleviate such an emergency situation, the OWNER may direct other forces to take action as necessary to remedy the emergency condition, and the OWNER will deduct any cost of such remedial action from the funds due to the CONTRACTOR under this Contract. 6.11.5.3 In the event there is an accident involving injury to any individual on or near the Work, the CONTRACTOR shall notify Owner's Representative within twenty-four (24) hours of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining medical reports and other documentation that describes the event. Copies of such documentation shall be provided to Owner's Representative, for the OWNER's and E/A's records, within forty-eight(48) hours of the event. 6.12 Continuing the Work: The CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with the OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the OWNER and the CONTRACTOR may agree in writing. 6.13 CONTRACTOR's General Warranty and Guarantee: 6.13.1 The CONTRACTOR warrants and guarantees to the OWNER that all Work will be performed in a good and workmanlike manner in accordance with the Contract Documents and will not be defective. The CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: .1 abuse, modification or improper maintenance or operation by persons other than the CONTRACTOR, Subcontractors or Suppliers; or .2 normal wear and tear under normal usage. 6.13.2 The CONTRACTOR's obligation to perform and complete the Work in a good and workmanlike manner in accordance with the Contract Documents shall be absolute. None of the following will constitute acceptance of Work not in accordance with the Contract Documents or a release of the CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: .1 observations by Owner's Representative and/or Eik, .2 recommendation of any progress or final payment by Owner's Representative; .3 the issuance of a certificate of Substantial Completion or any payment by the OWNER to the CONTRACTOR under the Contract Documents; .4 use or occupancy of the Work or any part thereof by the OWNER; .5 any acceptance by the OWNER or any failure to do so; .6 any review of a Shop Drawing or sample submittal; .7 any inspection, test or approval by others; or .8 any correction of defective Work by the OWNER. 6.14 Indemnification: 00700 7-2009 Page 21 General Conditions 6.14.1 The CONTRACTOR shall defend, indemnify and hold harmless the OWNER, E/A, E/A's consultants and subconsultants and their respective officers, directors, partners, employees, agents and other consultants and any of them from and against 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 or other dispute resolution costs) arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: .1 is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property(other than the Work itself), including the loss of use resulting therefrom, and .2 is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by laws and regulations regardless of the negligence of any such person or entity. 6.14.2 The indemnification obligation under paragraph 6.14.1 shall not be limited in any way by any limitation on the amount or type of damages, or compensation or benefits payable by or for the CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.14.3 The obligations of the CONTRACTOR under paragraph 6.14.1 shall not extend to the liability of the OWNER, E/A, E/A's consultants, and their officers, directors, partners, employees or agents caused primarily by negligent preparation of maps, drawings, surveys, designs or specifications upon which is placed the applicable state-authorized design professional seal of the OWNER's, E/A's or E/A's consultant's officers, directors, partners, employees or agents. 6.14.4 In the event the CONTRACTOR fails to follow the OWNER's directives concerning use of the site, scheduling or course of construction, or engages in other conduct which proximately causes damage to property based on inverse condemnation or otherwise, then and in that event, the CONTRACTOR shall indemnify the OWNER against all costs resulting from such claims. 6.14.5 In the event the CONTRACTOR unreasonably delays progress of the work being done by others on the site so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss. 6.15 Survival of Obligations: All representations, indemnifications,warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. 6.16 Losses from Natural Causes: Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the Work to be done or from action of the elements, floods or from unforeseeable circumstances in prosecution of the Work or from unusual obstructions or difficulties which may be encountered in prosecution of the Work, shall be sustained and borne by the CONTRACTOR at its own cost and expense. 6.17 Notice of Claim: 41111.0, Should the CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the OWNER or of any of the OWNER's employees or agents or others for whose acts the OWNER is liable, a Claim will be made to the other party within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 6.17 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose. 00700 7-2009 Page 22 General Conditions 6.18 Liquidated Damages: At set forth in the Agreement, paragraph 1.2, the CONTRACTOR or its Surety shall be liable for Liquidated Damages for the CONTRACTOR's failure to timely complete the Work or any portion thereof within the Contract Time. See Supplemental Conditions for amount of Liquidated Damages. ARTICLE 7-OTHER WORK 7.1 The OWNER may perform other work related to the Project at the site by the OWNER's own forces, or let other contracts therefor, or have other work performed by utility owners. If the CONTRACTOR believes that delay or additional cost is involved because of such action by the OWNER, the CONTRACTOR may make a Claim as provided in Article 11 or Article 12. 7.2 The CONTRACTOR shall afford other contractors who are in a contract with the OWNER and each utility owner (and the OWNER, if the OWNER is performing the additional work with the OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, the CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. The CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Owner's Representative and the other contractors whose work will be affected. The CONTRACTOR shall promptly remedy damage wrongfully caused by the CONTRACTOR to completed or partially completed construction or to property of the OWNER or separate contractors. 7.3 If the proper execution or results of any part of the CONTRACTOR's Work depends upon work performed by others under this Article 7, the CONTRACTOR shall inspect such other work and promptly report to Owner's Representative in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of the CONTRACTOR's Work. The CONTRACTOR's failure to report will constitute an acceptance of such other work as fit and proper for integration with the CONTRACTOR's Work except for latent or non-apparent defects and deficiencies in such other work. 7.4 The OWNER shall provide for coordination of the activities of the OWNER's own forces and of each separate contractor with the Work of the CONTRACTOR, who shall cooperate with them. The CONTRACTOR shall participate with other separate contractors and Owner's Representative in reviewing their construction schedules when directed to do so. The CONTRACTOR shall make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the CONTRACTOR, separate contractors and the OWNER until subsequently revised. 7.5 Unless otherwise stated herein, costs caused by delays or by improperly timed activities or defective construction shall be borne by the party responsible therefor. ARTICLE 8-OWNER'S RESPONSIBILITIES 8.1 Prior to the start of construction, the OWNER will designate in writing a person or entity to act as Owner's Representative during construction. Except as otherwise provided in these General Conditions, the OWNER shall issue all communications to the CONTRACTOR through Owner's Representative. 8.2 The OWNER will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto. The OWNER is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to furnishing or performing the Work. The OWNER is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of the OWNER to discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Contract. 00700 7-2009 Page 23 General Conditions 4111111.) 8.3 The OWNER is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 8.4 Information or services under the OWNER's control shall be furnished by the OWNER with reasonable promptness to avoid delay in the orderly progress of the Work. 8.5 The foregoing are in addition to other duties and responsibilities of the OWNER enumerated herein and especially those in respect to Article 4 (Availability of Lands; Subsurface and Physical Conditions; Reference Points),Article 7(Other Work)and Article 14 (Payments to the CONTRACTOR and Completion). 8.6 Notice of Claim: Should the OWNER suffer injury or damage to person or property because of any error, omission or act of the CONTRACTOR or of any of the CONTRACTOR's employees or agents or others for whose acts the CONTRACTOR is liable, a Claim will be made to the other party within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 8.6 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose. ARTICLE 9-ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION 9.1 E/A's Authority and Responsibilities: 9.1.1 The duties and responsibilities and the limitations of authority of E/A during construction are set forth in the Contract Documents and shall not be extended without written consent of the OWNER and E/A. The assignment of any authority, duties or responsibilities to E/A under the Contract Documents, or under any agreement between the OWNER and E/A, or any undertaking, exercise or performance thereof by E/A, is intended to be for the sole and exclusive benefit of the OWNER and is not for the benefit of the CONTRACTOR, Subcontractor, Sub-subcontractor, Supplier, or any other person or organization, or for any surety or employee or agent of any of them. 9.1.2 E/A will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto. E/A is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to the furnishing or performing the Work. E/A is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of E/A to discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Contract. 9.1.3 E/A is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.1.4 If the OWNER so directs, E/A will review the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by Article 14, but only to determine generally that their content complies with the requirements of, and in the case of certificates of inspections,tests and approvals that the results certified indicate compliance with,the Contract Documents. ,Ask, 9.1.5 The limitations upon authority and responsibility set forth in this paragraph 9.1 shall also apply to E/A's Consultants, Resident Project Representative and assistants. 9.2 E/A as Owner's Representative: 9.2.1 E/A may be designated as Owner's Representative under paragraph 8.1. 9.3 Visits to Site: 00700 7-2009 Page 24 General Conditions 411.11., If the OWNER so directs, E/A will make visits to the site at intervals appropriate to the various stages of construction as is necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of the CONTRACTOR's executed Work. Based on information obtained during such visits and observations, E/A will endeavor for the benefit of the OWNER to determine if the Work is proceeding in accordance with the Contract Documents. E/A will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. E/A's efforts will be directed toward providing for the OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations, E/A will keep the OWNER informed of the progress of the Work and will endeavor to guard the OWNER against defective Work. E/A's visits and on-site observations are subject to all the limitations on E/A's authority and responsibility set forth in paragraph 9.1. 9.4 Project Representative: If the OWNER and E/A agree, E/A will furnish a Resident Project Representative to assist E/A in providing more continuous observation of the Work. The responsibilities and authority and limitations of any such Resident Project Representative and assistants will be as provided in paragraph 9.1 and in the Supplemental General Conditions. The OWNER may designate another representative or agent to represent the OWNER at the site who is not E/A, E/A's consultant, agent or employee. 9.5 Clarifications and Interpretations: E/A may determine that written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) are necessary. Such written clarifications or interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents, will be issued with reasonable promptness by Owner's Representative and will be binding on the OWNER and the CONTRACTOR. If the OWNER or the CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Amount or the Contract Times, the OWNER or the CONTRACTOR may make a Claim therefor as provided in Article 11 or Article 12. 9.6 Rejecting Defective Work: E/A will recommend that the OWNER disapprove or reject Work which E/A believes to be defective, or believes will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ARTICLE 10-CHANGES IN THE WORK 10.1 Changes: 10.1.1 Without invalidating the Contract and without notice to any surety, the OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such changes in the Work will be authorized by Change Order, Change Directive or Field Order. 10.1.2 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the CONTRACTOR shall proceed promptly, unless otherwise provided in the Change Order, Change Directive or Field Order. 10.1.3 The CONTRACTOR shall not be entitled to an increase in the Contract Amount or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph 3.3.1 and paragraph 3.3.2, except in the case of an emergency as provided in paragraph 6.11.5 or in the case of uncovering Work as provided in paragraph 13.4. 10.1.4 Except in the case of an emergency as provided in paragraph 6.11.5, a Change Order or Change Directive is required before the CONTRACTOR commences any activities associated with a change in the Work which, in the CONTRACTOR's opinion, will result in a change in the Contract Amount and/or Contract Times. 00700 7-2009 Page 25 General Conditions 10.1.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents(including, but not limited to, Contract Amount or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be the CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 10.2 Change Orders: 10.2.1 The OWNER and the CONTRACTOR shall execute appropriate written Change Orders covering: .1 a change in the Work; .2 the amount of the adjustment in the Contract Amount, if any; and .3 the extent of the adjustment in the Contract Time, if any. 10.2.2 An executed Change Order shall represent the complete, equitable, and final amount of adjustment in the Contract Amount and/or Contract Time owed to the CONTRACTOR or the OWNER as a result of the occurrence or event causing the change in the Work encompassed by the Change Order. 10.3 Change Directives: 10.3.1 The OWNER may by written Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Amount and Contract Time being adjusted as necessary. A Change Directive shall be used in the absence of complete and prompt agreement on the terms of a Change Order. 10.3.2 If the Change Directive provides for an adjustment to the Contract Amount, the adjustment shall be based on the method provided for in paragraph 11.5. 10.3.3 A Change Directive shall be recorded later by preparation and execution of an appropriate Change Order. 10.3.4 Upon receipt of a Change Directive, CONTRACTOR shall promptly proceed with the change in the Work involved. 10.4 Field Order: 10.4.1 Owner's Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Amount or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These shall be accomplished by written Field Order and shall be binding on the OWNER and on the CONTRACTOR who shall perform the Work involved promptly. 10.4.2 If the CONTRACTOR believes that a Field Order would require an adjustment in the Contract Amount and/or Contract Times, the CONTRACTOR shall make written request to Owner's Representative for a Change Order. Any request by the CONTRACTOR for an adjustment in Contract Amount and/or Contract Times shall be made in writing prior to beginning the work covered by the Field Order. 10.5 No Damages for Delay: The CONTRACTOR shall receive no compensation for delays or hindrances to the Work. If delay is caused by specific orders given by the OWNER to stop work or by performance of extra Work or by failure of the OWNER to provide information, access to the work, material or necessary instructions for carrying on the Work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, the CONTRACTOR's application for which shall, however, be subject to approval of the OWNER. No such extension of time shall release the CONTRACTOR or surety on its performance bond from all the CONTRACTOR's obligations hereunder which shall remain in full force until discharge of the Contract. 00700 7-2009 Page 26 General Conditions ARTICLE 11 -CHANGE OF CONTRACT AMOUNT 41114, 11.1 The Contract Amount is stated in the Agreement and, including authorized adjustments, is the total amount payable by the OWNER to the CONTRACTOR for performance of the Work under the Contract Documents. 11.2 The original Contract Amount may not be increased by more than twenty-five percent (25%) and it may not be decreased more than twenty-five percent (25%) without the consent of the CONTRACTOR to such decrease. 11.3 The Contract Amount shall only be changed by a Change Order. Any claim for an adjustment in the Contract Amount shall be made by Written Notice delivered by the party making the Claim to the other party promptly (but in no event later than thirty (30) calendar days) after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract Amount shall be determined as set out in Article 16. 11.4 Determination of Value of Work: 11.4.1 The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Amount will be determined by one or more of the following methods: .1 by application of unit prices contained in the Contract Documents to the quantities of the items involved. .2 by a mutually agreed lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. .3 by cost of Work plus the CONTRACTOR's fee for all overhead costs and profit (determined as provided in paragraph 11.5). 11.4.2 Before using the method described in paragraph 11.4.1.3, the OWNER and the CONTRACTOR agree to negotiate a Change Order using the methods identified in paragraph 11.4.1.1 and paragraph 11.4.1.2, as appropriate, to determine the adjustment in the Contract Amount. 11.5 Cost of Work: If neither of the methods defined in paragraph 11.4.1.1 or paragraph 11.4.1.2 can be agreed upon before a change in the Work is commenced which will result in an adjustment in the Contract Amount, then the change in the Work will be performed by Change Directive and payment will be made as follows: .1 For all personnel, the CONTRACTOR will receive the rate or wage specified in the prevailing wage rates established in Section 00830 for each hour that said personnel are actually engaged in such Work, to which will be added an amount equal to twenty-five percent (25%) of the sum thereof as compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. No separate charge will be made by the CONTRACTOR for organization or overhead expenses. For the cost of premiums on public liability insurance, workers' compensation insurance, social security and unemployment insurance, an amount equal to fifty-five percent (55%) of the wages paid personnel, excluding the twenty-five (25%) compensation provided above, will be paid to the CONTRACTOR. The actual cost of the CONTRACTOR's bond(s) on the extra Work will be paid based on invoices from surety. No charge for superintendence will be made unless considered necessary and ordered by the OWNER. .2 The CONTRACTOR will receive the actual cost, including freight charges, of the materials used on such Work, to which costs will be added a sum equal to twenty-five percent (25%) thereof as 00700 7-2009 Page 27 General Conditions compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. In case material invoices indicate a discount may be taken, the actual cost will be the invoice price minus the discount. tak .3 For machinery, trucks, power tools, or other similar equipment agreed to be necessary by the OWNER and the CONTRACTOR, the OWNER will allow the CONTRACTOR the rate as given in the latest edition of the Associated General Contractors of America"Contractor's Equipment Cost Guide" as published by Dataquest for each hour that said tools or equipment are in use on such work, which rate includes the cost of fuel, lubricants and repairs. No additional compensation will be allowed on the equipment for the CONTRACTOR's overhead and profit. .4 The compensation, as herein provided for, shall be received by the CONTRACTOR and any affected Subcontractor as payment in full for work done by Change Directive and will include use of small tools, and total overhead expense and profit. The CONTRACTOR and the Owner's Representative shall compare records of work done by Change Directive at the end of each day. Copies of these records will be made upon forms provided for this purpose by the OWNER and signed by both Owner's Representative and the CONTRACTOR, with one (1) copy being retained by the OWNER and one (1) by the CONTRACTOR. Refusal by the CONTRACTOR to sign these records within two (2)working days of presentation does not invalidate the accuracy of the record. 11.6 Unit Price Work: 11.6.1 Where the Contract Documents provide that all or part of the Work is to be unit price Work, initially the Contract Amount will be deemed to include for all unit price work an amount equal to the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Bid. The estimated quantities of items of unit price work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Amount. Determinations of the actual quantities and classifications of unit price work performed by the CONTRACTOR will be made by Owner's Representative. Owner's Representative will review with the CONTRACTOR the preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). 11.6.2 When "plan quantity" is indicated for a bid item, the CONTRACTOR shall be paid the amount specified in the Contract Documents without any measurements. 11.6.3 Each unit price will be deemed to include an amount considered by the CONTRACTOR to be adequate to cover the CONTRACTOR's overhead and profit for each separately identified item. 11.6.4 A Major Item is any individual bid item in the Bid that has a total cost equal to or greater than five percent (5%) of the original Contract Amount or $50,000, whichever is greater, computed on the basis of bid quantities and Contract unit prices. 11.6.5 The OWNER or the CONTRACTOR may make a Claim for an adjustment in the Contract Amount in accordance with Article 11 if: .1 the actual quantity of any Major Item should become as much as twenty percent (20%) more than or twenty percent(20%) less than in the Bid; or .2 The CONTRACTOR presents proper documentation contesting the accuracy of"plan quantity," and Owner's Representative verifies quantity and determines original quantity is in error by five percent (5%)or more. 11.6.6 Right to Verify Information: The CONTRACTOR agrees that any designated representative of the 00111, OWNER shall have the right to examine the CONTRACTOR's records to verify the accuracy and appropriateness of the pricing data used to price change proposals. Even after a Change Order Proposal has been approved, the CONTRACTOR agrees that if the OWNER later determines the cost and pricing data submitted was inaccurate, incomplete, not current or not in compliance with the terms of this Agreement regarding pricing of change orders, then an appropriate contract price reduction will be made. 00700 7-2009 Page 28 General Conditions Ank, 11.6.7 Pricing Information Requirements: The CONTRACTOR agrees to provide and require all subcontractors to provide a breakdown of allowable labor and labor burden cost information as outlined herein. This information '"'' will be used to evaluate the potential cost of labor and labor burden related to change order work. It is intended that this information represent an accurate estimate of the CONTRACTOR's actual labor and labor burden cost components. This information is not intended to establish fixed billing or change order pricing labor rates. However, at the time change orders are priced the submitted cost data for labor rates may be used to price change order work. The accuracy of any such agreed-upon labor cost components used to price change orders will be subject to later audit. Approved change order amounts may be adjusted later to correct the impact of inaccurate labor cost components if the agreed-upon labor cost components are determined to be inaccurate. ARTICLE 12-CHANGE OF CONTRACT TIMES 12.1 Working Day and Calendar Day Contracts: 12.1.1 The Contract Times (or Milestones) shall only be changed by Change Order or Time Extension Request duly executed by both the CONTRACTOR and Owner's Representative. Any claim for an adjustment of the Contract Times (or Milestones) shall be made by Written Notice delivered by the party making the Claim to the other party promptly (but in no event later than thirty(30)calendar days) after the start of the occurrence or event giving rise to the delay and stating the general nature of the delay. Notice of the extent of the delay with /Mk, supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed is the entire adjustment to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract Times(or Milestones)shall be determined as set out in Article 16. No Claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the - - requirements of this paragraph. 12.1.2 When the CONTRACTOR is at fault and the OWNER stops the Work so that corrections in the Work can be made by the CONTRACTOR,then no extension in time will be allowed. 12.1.3 When the CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay not caused by the CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be the CONTRACTOR's sole and exclusive remedy for such delay. However, adverse weather shall not be considered justification for extension of Contract Times on Calendar Day contracts except as provided for in paragraph 12.2. 12.1.4 The OWNER will consider time extension requests and may grant the CONTRACTOR an extension of time because of: .1 Changes ordered in the work which justify additional time. .2 Failure of materials or products being at the Project site due to delays in transportation or failures of Suppliers, which are not the result of the CONTRACTOR's, Subcontractor's or Supplier's negligence. ., The request for an extension of time shall be supported by a recitation of acts demonstrating that such delays were beyond the control of the CONTRACTOR, including but not limited to, the -- - CONTRACTOR's efforts to overcome such delays documented as follows: a) Copy of purchase order for delayed item(s) indicating date ordered by the .._ CONTRACTOR/Subcontractor and date purchase order received by Supplier. b) If item(s) require Shop Drawings or other submittal information in accordance with the Contract Documents, provide record of date submittal(s) forwarded to Owner's Representative, date submittal(s) returned to the CONTRACTOR, and date submittal(s)forwarded to Supplier. c) Copy of document(s) from Supplier, on Supplier's letterhead, indicating date(s) item(s) would be --- ready for shipment and/or actual shipment date(s). --- 00700 7-2009 Page 29 General Conditions d) Copies of all correspondence between the CONTRACTOR/ Subcontractor and Supplier indicating the CONTRACTOR/Subcontractor's efforts to expedite item(s). e) If item(s) are being purchased by a Subcontractor, provision of meeting notes, correspondence, and the like which reflect the CONTRACTOR's efforts with the Subcontractor to expedite delivery of the item(s). .3 When acts of the OWNER, E/A, utility owners or other contractors employed by the OWNER delay progress of work through no fault of the CONTRACTOR. .4 When the CONTRACTOR is delayed by strikes, lockouts, fires, losses from natural causes, or other unavoidable cause or causes beyond the CONTRACTOR's control. 12.2 Calendar Day Contracts: Under a Calendar Day Contract, the CONTRACTOR may also be granted an extension of time because of unusual inclement weather that is beyond the normal weather expected for the Williamson and Travis Counties, Texas area. Normal weather which prevents the CONTRACTOR from performing Work is expected during a Calendar Day Contract, and is not a justification for an extension of time. The following delineates the number of days per month for which, for purposes of Calendar Day Contracts, expected normal weather will prevent performance of Work: January.•••••.••••••••••••••••••• 7 days February........................ 7 days March............................. 7 days April............................... 7 days May................................ 8 days June................................ 6 days July•••••••••••••••••••••••••••.•...• 6 days August5 days September..................... 7 days October.......................... 7 days November..................... 7 days December...................... 7 days Days per month exceeding the number shown above may be credited as Rain Days if a Claim is made in accordance with paragraph 12.1.1 and meets the following definition: a"Rain Day" is any day in which a weather event occurs at the site and is sufficient to prevent the CONTRACTOR from performing units of Work critical to maintaining the project schedule. ARTICLE 13-TESTS AND INSPECTIONS; AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 13.1 Notice of Defects: Prompt notice of all defective Work of which the OWNER or E/A has actual knowledge will be given to the CONTRACTOR. All defective Work may be rejected or corrected as provided for in Article 13. 13.2 Access to Work: The OWNER, E/A, E/A's Consultants, other representatives and personnel of the OWNER, independent testing laboratories and governmental agencies having jurisdiction will have unrestricted physical access to the Work site for observing, inspecting and testing. The CONTRACTOR shall provide them proper and safe conditions for such access, and advise them of the CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. 13.3 Tests and Inspections: 00700 7-2009 Page 30 General Conditions (AL, 13.3.1 The CONTRACTOR shall give timely notice of readiness of the Work for all required inspections, tests or -- approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.3.2 The OWNER shall employ and pay for services of an independent testing laboratory to perform all inspections, tests or approvals required by the Contract Documents except: .1 for inspections,tests or approvals covered by paragraph 13.3.3 below; Agt.' .2 for reinspecting or retesting defective Work; and .3 as otherwise specifically provided in the Contract Documents. All testing laboratories shall be those selected by the OWNER. 13.3.3 If laws or regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, the CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith and furnish Owner's Representative the required certificates of inspection or approval. The CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in ,.., connection with any inspections, tests or approvals required for the OWNER's and E/A's review of materials or equipment to be incorporated in the Work, or of materials, mix designs or equipment submitted for review prior to --- the CONTRACTOR's purchase thereof for incorporation in the Work. 13.4 Uncovering Work: 13.4.1 If any Work (or the work of others) that is to be inspected, tested or approved is covered by the CONTRACTOR without concurrence of Owner's Representative, or if any Work is covered contrary to the written request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered and recovered at the CONTRACTOR's expense. _ .. 13.4.2 If Owner's Representative considers it necessary or advisable that covered Work be observed, inspected or tested, the CONTRACTOR shall uncover, expose or otherwise make available for observation, inspection or testing that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found 0,0*, that such Work is defective, the CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and the OWNER shall be entitled to an appropriate decrease in the Contract Amount, and may make a Claim therefor as provided in Article 11. If, however, such Work is not found to be defective, the CONTRACTOR shall be allowed an increase in the Contract Amount or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and �.., reconstruction; and the CONTRACTOR may make a Claim therefor as provided in Article 11 and Article 12. --- 13.5 OWNER May Stop the Work: 13.5.1 If the Work is defective, or the CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, --- until the cause for such order has been eliminated; however, this right of the OWNER to stop the Work shall not give rise to any duty on the part of the OWNER to exercise this right for the benefit of the CONTRACTOR or any surety or other party. 13.5.2 If the CONTRACTOR persistently fails to correct defective Work or submit a satisfactory plan to take --- corrective action, with procedure and time schedule, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until cause for such order has been eliminated, or take any other action permitted by this Contract. A notice to stop the Work, based on defects, shall not stop calendar or working days charged to ,. . the Project. 13.6 Correction or Removal of Defective Work: 00700 7-2009 Page 31 General Conditions If required by the OWNER, the CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Owner's Representative, remove it from the site and replace it with Work that is not defective. The CONTRACTOR shall correct or remove and replace defective Work, or submit a plan of action detailing how the deficiency will be corrected, within the time frame identified in the notice of defective Work. The CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or --- replacement of work of others). 13.7 Warranty period: 13.7.1 If, at any time after the date of Substantial Completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the CONTRACTOR shall ''s*, promptly,without cost to the OWNER and in accordance with the OWNER's written instructions: (I) correct such defective Work, or, if it has been rejected by the OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. --- If the CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from 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. 13.7.2 In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the warranty period for that item may start to run from an earlier date if so provided in the Contract Documents. --- 13.8 OWNER May Correct Defective Work: If the CONTRACTOR fails within a reasonable time after Written Notice of the OWNER to correct defective Work, or to remove and replace rejected Work, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents, -- the OWNER may, after seven (7) calendar days' Written Notice to the CONTRACTOR, correct and remedy any such deficiency. If, in the opinion of Owner's Representative, significant progress has not been made during this '``' seven (7) calendar day period to correct the deficiency, the OWNER may exercise any actions necessary to remedy the deficiency. In exercising the rights and remedies under this paragraph, the OWNER shall proceed expeditiously. In connection with such corrective and remedial action, the OWNER may exclude the --- CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend the CONTRACTOR's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere. The CONTRACTOR shall allow the OWNER, its agents and employees, the OWNER's other contractors, E/A and E/A's consultants access to the site to enable the OWNER to exercise the rights and remedies under this paragraph. All claims, --- costs, losses and damages incurred or sustained by the OWNER in exercising such rights and remedies will be charged against the CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of the CONTRACTOR's defective Work. The CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones), or claims of damage because of any delay in the performance of the Work attributable to the exercise by the OWNER of the OWNER's rights and remedies hereunder. ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Application for Progress Payment: 00700 7-2009 Page 32 General Conditions 14.1.1 Not more than once per month, the CONTRACTOR shall submit to Owner's Representative for review an Application for Payment, in a form acceptable to the OWNER, filled out and signed by the CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 14.1.2 Such applications shall not include requests for payment on account of changes in the Work which have been properly authorized by Change Directives but not yet included in Change Orders. 14.1.3 Such applications shall not include requests for payment of amounts the CONTRACTOR does not intend to pay to a Subcontractor or Supplier because of a dispute or other reason. 14.1.4 Owner will not pay for materials or equipment not incorporated in the work but delivered and suitably stored at the site or at another location. Payment will be made by Owner only for work completed in accordance with the plans and contract documents. 14.1.5 Where the original Contract Amount is less than $400,000, the OWNER will pay to the CONTRACTOR the total amount of approved Application for Payment, less ten percent (10%) of the amount thereof, which ten percent (10%) will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. Where the original Contract Amount is $400,000 or more, the OWNER will pay to the CONTRACTOR the total amount of approved Application for Payment, less five percent (5%) of the amount thereof, which five percent (5%)will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. In either case, if the Work is near completion and delay occurs due to no fault or neglect of the CONTRACTOR, the OWNER may pay a portion of the retained amount to the CONTRACTOR. The CONTRACTOR, at the OWNER's option, may be relieved of the obligation to complete the Work and, thereupon, the CONTRACTOR shall receive payment of the balance due under the Contract subject to the conditions stated under paragraph 15.2. 14.1.6 Applications for Payment shall include the following documentation: .1 updated progress schedule; .2 monthly subcontractor report; and .3 any other documentation required under the Supplemental General Conditions. 14.2 CONTRACTOR's Warranty of Title: The CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the OWNER not later than the time of payment to the CONTRACTOR free and clear of all liens. 14.3 Review of Applications for Progress Payment: 14.3.1 Owner's Representative will,within seven (7)calendar days after receipt of each Application for Payment, either indicate a recommendation for payment and forward the Application for processing by the OWNER, or return the Application to the CONTRACTOR indicating Owner's Representative's reasons for refusing to recommend payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the Application. 14.3.2 Owner's Representative's recommendation of any payment requested in an Application for Payment will constitute a representation by Owner's Representative, based upon Owner's Representative's on-site observations of the executed Work and on Owner's Representative's review of the Application for Payment and the accompanying data and schedules, that to the best of Owner's Representative's knowledge, information and belief: .1 the Work has progressed to the point indicated; and 00700 7-2009 Page 33 General Conditions .2 the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for unit price Work, and to any other qualifications stated in the recommendation). 14.3.3 By recommending any such payment, Owner's Representative will not thereby be deemed to have represented that: .1 exhaustive or continuous on-site inspections have been made to check the quality or the quantity of Ask the Work; .2 examination has been made to ascertain how or for what purpose the CONTRACTOR has used money previously paid on account of the Contract Amount; .3 the CONTRACTOR's construction means, methods, techniques, sequences or procedures have been reviewed; or .4 that there may not be other matters or issues between the parties that might entitle the CONTRACTOR to be paid additionally by the OWNER or entitle the OWNER to withhold payment to the CONTRACTOR. 14.4 Decisions to Withhold Payment: 14.4.1 The OWNER may withhold or nullify the whole or part of any payment to such extent as may be necessary on account of: .1 defective Work not remedied; .2 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Amount; .3 damage to the OWNER or another contractor; .4 reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; .5 failure of the CONTRACTOR to submit a schedule of values in accordance with the Contract Documents; .6 failure of the CONTRACTOR to submit a submittal schedule in accordance with the Contract Documents; .7 failure of the CONTRACTOR to submit or update construction schedules in accordance with the Contract Documents; .8 failure of the CONTRACTOR to maintain a record of changes on drawings and documents; .9 failure of the CONTRACTOR to maintain weekly payroll reports; .10 failure of the CONTRACTOR to submit monthly subcontractor reports; oft, .11 the CONTRACTOR's neglect or unsatisfactory prosecution of the Work, including failure to clean up; or .12 failure of the CONTRACTOR to comply with any provision of the Contract Documents. 00700 7-2009 Page 34 General Conditions 14.4.2 When the above reasons for withholding payment are removed, the CONTRACTOR shall resubmit a statement for the value of Work performed. Payment will be made within thirty (30) calendar days of receipt of approved Application for Payment. 14.5 Delayed Payments: Should the OWNER fail to make payment to the CONTRACTOR of a sum named in any Application for Payment within thirty (30) calendar days after the day on which the OWNER received the mutually acceptable Application for Payment, then the OWNER will pay to the CONTRACTOR, in addition to the sum shown as due by such Application for Payment, interest thereon at the rate of one percent(1%) per month from date due until fully paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment. 14.6 Arrears: No money shall be paid by the OWNER upon any claim, debt, demand or account whatsoever, to any person, firm or corporation who is in arrears to the OWNER; and the OWNER shall be entitled to counterclaim and offset against any such debt, claim, demand or account so in arrears and no assignment or transfer of such debt, claim, demand or account, shall affect the right of the OWNER to so offset said amounts, and associated penalties and interest if applicable, against the same. 14.7 Substantial Completion: 14.7.1 If a Certificate of Occupancy is required by public authorities having jurisdiction over the Work, said certificate shall be issued before the Work or any portion thereof is considered substantially complete. When the CONTRACTOR considers that the Work, or a portion thereof which the OWNER agrees to accept separately, is substantially complete, the CONTRACTOR shall notify Owner's Representative and request a determination as to whether the Work or designated portion thereof is substantially complete. If Owner's Representative does not consider the Work substantially complete, Owner's Representative will notify the CONTRACTOR giving reasons therefor. Failure on the OWNER's part to list a reason does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. After satisfactorily completing items identified by Owner's Representative, the CONTRACTOR shall then submit another request for Owner's Representative to determine substantial completion. If Owner's Representative considers the Work substantially complete, Owner's Representative will prepare and deliver a certificate of Substantial Completion which shall establish the date of Substantial Completion, shall include a punch list of items to be completed or corrected before final payment, shall establish the time within which the CONTRACTOR shall finish the punch list, and shall establish responsibilities of the OWNER and the CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, warranty and insurance. Failure to include an item on the punch list does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. The certificate of Substantial Completion shall be signed by the OWNER and the CONTRACTOR to evidence acceptance of the responsibilities assigned to them in such certificate. 14.7.2 The OWNER shall have the right to exclude the CONTRACTOR from the Work after the date of Substantial Completion, but the OWNER will allow the CONTRACTOR reasonable access to complete or correct items on the punch list. 14.8 Partial Utilization: The OWNER, at the OWNER's sole option, shall have the right to take possession of and use any completed or partially completed portion of the Work regardless of the time for completing the entire Work. The OWNER's exercise of such use and possession shall not be construed to mean that the OWNER acknowledges that any part of the Work so possessed and used is substantially complete or that it is accepted by OWNER, and the OWNER's exercise of such use and possession shall not relieve the CONTRACTOR of its responsibility to complete all Work in accordance with the Contract Documents. 14.9 Final Inspection: Upon Written Notice from the CONTRACTOR that the entire Work or an agreed portion thereof is complete, Owner's Representative will make a final inspection with the CONTRACTOR and provide Written Notice of all 00700 7-2009 Page 35 General Conditions Atto, particulars in which this inspection reveals that the Work is incomplete or defective. The CONTRACTOR shall �►, immediately take such measures as are necessary to complete such Work or remedy such deficiencies. '"° 14.10 Final Application for Payment: The CONTRACTOR may make application for final payment following the procedure for progress payments after the CONTRACTOR has completed all such corrections to the satisfaction of Owner's Representative and delivered the following documents: .1 Three(3)complete operating and maintenance manuals, each containing maintenance and operating instructions, schedules, guarantees, and other documentation required by the Contract Documents; .2 Record documents(as provided in paragraph 6.10); .3 Consent of surety, if any, to final payment. If surety is not provided, complete and legally effective releases or waivers (satisfactory to the OWNER) of all claims arising out of or filed in connection with Aft, the Work; .4 Certificate evidencing that insurance required by the Supplemental General Conditions will remain in force after final payment and through any warranty period; .5 Non-Use of Asbestos Affidavit(After Construction); and 04%' .6 Any other documentation called for in the Contract Documents. 14.11 Final Payment and Acceptance: 14.11.1 If, on the basis of observation of the Work during construction, final inspection, and review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Owner's Representative is satisfied that the Work has been completed and the CONTRACTOR's other obligations under the Contract Documents have been fulfilled, Owner's Representative will recommend the final Application for Payment and thereby notify the OWNER, who will pay to the CONTRACTOR the balance due the CONTRACTOR under the terms of the Contract. 14.11.2 As Contract Time is measured to Final Completion, Owner's Representative will issue a letter of final acceptance to the CONTRACTOR which establishes the Final Completion date and initiates any warranty period. 14.11.3 Final payment is considered to have taken place when the CONTRACTOR or any of its representatives negotiates the OWNER's final payment check, whether labeled final or not, for cash or deposits check in any financial institution for its monetary return. 14.12 Waiver of Claims: The making and acceptance of final payment will constitute: .1 a waiver of claims by the OWNER against the CONTRACTOR, except claims arising from unsettled ono, claims, from defective Work appearing after final inspection, from failure to comply with the Contract Documents or the terms of any warranty specified therein, or from the CONTRACTOR's continuing obligations under the Contract Documents; and .2 a waiver of all claims by the CONTRACTOR against the OWNER other than those previously made in writing and still unsettled. ARTICLE 15-SUSPENSION OF WORK AND TERMINATION 15.1 OWNER May Suspend Work Without Cause and for Convenience: 00700 7-2009 Page 36 General Conditions At any time and without cause and for convenience, the OWNER may suspend the Work or any portion thereof for a period of not more than ninety (90) calendar days by written agreement or by Written Notice to the CONTRACTOR which will fix the date on which the Work will be resumed. The CONTRACTOR shall resume the Work on the date so fixed. The CONTRACTOR may be allowed an adjustment in the Contract Amount or an extension of the Contract Times, or both, directly attributable to any such suspension if the CONTRACTOR makes an approved Claim therefor as provided in Article 11 and Article 12. 15.2 OWNER May Terminate Without Cause: Upon seven (7) calendar days' Written Notice to the CONTRACTOR, the OWNER may, without cause and without prejudice to any right or remedy of the OWNER, elect to terminate the Agreement. In such case, the CONTRACTOR shall be paid (without duplication of any items): .1 for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination; .2 for all claims incurred in settlement of terminated contracts with Suppliers, Subcontractors, and others. The CONTRACTOR agrees to negotiate in good faith with Subcontractors, Suppliers and others to mitigate the OWNER's cost; and .3 for anticipated profits on entire Contract not previously paid. 15.3 OWNER May Terminate With Cause: 15.3.1 Upon the occurrence of any one or more of the following events: .1 if the CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents; pank, .2 if the CONTRACTOR disregards laws or regulations of any public body having jurisdiction; .3 if the CONTRACTOR disregards the authority of Owner's Representative; .4 if the CONTRACTOR makes fraudulent statements; .5 if the CONTRACTOR fails to maintain a work force adequate to accomplish the Work within the Contract Time; .6 if the CONTRACTOR fails to make adequate progress and endangers successful completion of the Contract; or .7 if the CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; The OWNER may, after giving the CONTRACTOR (and the surety, if any) seven (7) calendar days' Written Notice terminate the services of the CONTRACTOR. The OWNER, at its option, may proceed with negotiation with surety for completion of the Work. Alternatively, the OWNER may under these circumstances exclude the CONTRACTOR from the site and take possession of the Work (without liability to the CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere, and finish the Work as the OWNER may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Amount exceeds all claims, costs, losses and damages sustained by the OWNER arising out of or resulting from completing the Work, such excess will be paid to the CONTRACTOR. If such claims, costs, losses and damage exceed such unpaid balance, the CONTRACTOR or surety shall pay the difference to the OWNER. oft, 15.3.2 Where the CONTRACTOR's services have been so terminated by the OWNER, the termination will not affect any rights or remedies of the OWNER against the CONTRACTOR and surety then existing or which may 00700 7-2009 Page 37 General Conditions 4104, thereafter accrue. Any retention or payment of amounts due the CONTRACTOR by the OWNER will not release the CONTRACTOR from liability. In the event the OWNER terminates the Contract with cause, the OWNER may reject any and all bids submitted by the CONTRACTOR for up to three(3)years. 15.4 CONTRACTOR May Stop Work or Terminate: If through no act or fault of the CONTRACTOR, the Work is suspended for a period of more than ninety (90) calendar days by the OWNER or under an order of court or other public authority, or (except during disputes) Owner's Representative fails to forward for processing any mutually acceptable Application for Payment within thirty (30) calendar days after it is submitted, or(except during disputes)the OWNER fails for sixty (60) calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, then ,400, the CONTRACTOR may, upon seven (7) calendar days' Written Notice to the OWNER, and provided the OWNER does not remedy such suspension or failure within that time, terminate the Agreement and recover from the OWNER payment on the same terms as provided in paragraph 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if(except during disputes) Owner's Representative has failed to forward for processing any mutually acceptable Application for Payment within thirty (30) calendar days after it is submitted, or(except during disputes)the OWNER has failed for sixty (60)calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, the CONTRACTOR may upon seven (7) calendar days' Written Notice to the OWNER stop the Work until payment of all such amounts due the CONTRACTOR, including interest thereon. The provisions of this paragraph 15.4 are not intended to preclude the CONTRACTOR from making a Claim under Article 11 and Article 12 for an increase in Contract Amount or Contract Times or otherwise for expenses or damage directly attributable to the CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16-DISPUTE RESOLUTION 16.1 Filing of Claims: 16.1.1 Claims arising from the circumstances identified in paragraphs 3.2, 4.1, 4.2.2, 4.2.4, 6.4.2, 6.11.5.2, 6.17, 7.5, 8.6, 9.5, 10.4.2, 13.8, 15.1, 15.2, 15.3, or 15.4, or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within thirty (30) calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty(30)calendar days after Written Notice of Claim is delivered by claimant and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled. 16.1.2 Within thirty (30) calendar days of receipt of notice of the amount of the Claim with supporting data, Owner's Representative and the CONTRACTOR shall meet to discuss the Claim, after which an offer of settlement or notification of no settlement offer will be made to claimant. If claimant is not satisfied with the proposal presented, claimant shall have thirty(30)calendar days in which to: .1 submit additional supporting data requested by the other party; .2 modify the initial Claim; or .3 request Alternative Dispute Resolution. 16.2 Alternative Dispute Resolution: 16.2.1 If a dispute exists concerning a Claim, the parties agree to use the following procedure prior to pursuing any other available remedies. The OWNER reserves the right to include E/A as a party. 16.2.2 Negotiating with Previously Uninvolved Personnel: Either party may make a written request for a meeting to be held between representatives of each party within fourteen (14) calendar days of the request or such later period that the parties may agree to. Each party shall endeavor to include, at a minimum, one (1) previously uninvolved senior level decision maker empowered to negotiate on behalf of their organization. The purpose of this and subsequent meetings will be good faith negotiations of the matters constituting the dispute. Negotiations 00700 7-2009 Page 38 General Conditions shall be concluded within thirty (30) calendar days of the first meeting, unless mutually agreed otherwise. This step may be waived by written agreement of both parties, in which event the parties may proceed directly to mediation as described below. mak, 16.2.3 Mediation: 16.2.3.1 If the procedure described in paragraph 16.2.2 proves unsuccessful or is waived pursuant to its terms, the parties shall initiate the mediation process. The parties agree to select within thirty (30) calendar days one (1) mediator trained in mediation skills, to assist with resolution of the dispute. The OWNER and the CONTRACTOR agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in this agreement prevents the parties from relying on the skills of a person who also is trained in the subject matter of the dispute and/or a contract interpretation expert. 16.2.3.2 Mediation is a forum in which an impartial person, the mediator, facilitates communication between parties to promote reconciliation, settlement, or understanding among them. The parties hereby agree that mediation, at a minimum, shall provide for 1) conducting an on-site investigation, if appropriate, by the mediator for fact-gathering purposes, 2) a meeting of all parties for the exchange of points of view and 3) separate meetings between the mediator and each party to the dispute for the formulation of resolution alternatives. The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session, unless mutually agreed otherwise. Should the parties fail to reach a resolution of the dispute through mediation, then each party is released to pursue other remedies available to them. ARTICLE 17-RIGHT TO AUDIT 17.1 Right to Audit: Whenever the OWNER enters into any type of contractual arrangement with the CONTRACTOR, then the CONTRACTOR's "records" shall upon reasonable notice be open to inspection and subject to audit and/or reproduction during normal business working hours. The OWNER's representative, or an outside representative engaged by the OWNER, may perform such audits. The CONTRACTOR shall maintain all records relating to this Agreement for four (4) years from the date of final payment under this Agreement, or until pending litigation has been completely and fully resolved, whichever occurs later. 17.1.1 The OWNER shall have the exclusive right to examine the records of the CONTRACTOR. The term "records" as referred to herein shall include any and all information, materials and data of every kind and osib, character, including without limitation records, books, papers, documents, contracts, schedules, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers and memoranda, and any and all other agreements, sources of information and matters that may, in the OWNER's judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document. Such records shall include (hard copy, as well as computer-readable data if it can be made available), written policies and Oft, procedures, time sheets, payroll registers, cancelled checks, personnel file data, correspondence, general ledger entries, and any other record in the CONTRACTOR's possession which may have a bearing on matters of interest to the OWNER in connection with the CONTRACTOR's dealings with the OWNER (all of the foregoing are hereinafter referred to as "records"). In addition, the CONTRACTOR shall permit interviews of employees as well as agents, representatives, vendors, subcontractors and other third parties paid by the CONTRACTOR to the extent necessary to adequately permit evaluation and verification of the following: a) The CONTRACTOR's compliance with contract requirements; b) The CONTRACTOR's compliance with the OWNER'S business ethics policies; and c) If necessary, the extent of the Work performed by the CONTRACTOR at the time of contract termination. 17.1.2 The CONTRACTOR shall require all payees (examples of payees include subcontractors, insurance agents, material suppliers, etc.) to comply with the provisions of this Article 17 by securing the requirements hereof in a written agreement between the CONTRACTOR and payee. Such requirements include a flow-down ,Amb, 00700 7-2009 Page 39 General Conditions right of audit provision in contracts with payees that also apply to subcontractors and sub-subcontractors, material suppliers, etc. The CONTRACTOR shall cooperate fully and shall require Related Parties and all of the CONTRACTOR's subcontractors to cooperate fully in furnishing or in making available to the OWNER from time to time whenever requested, in an expeditious manner, any and all such information, materials, and data. 17.1.3 The OWNER's authorized representative or designee shall have reasonable access to the CONTRACTOR's facilities, shall be allowed to interview all current or former employees to discuss matters pertinent to the performance of this Agreement, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with this Article 17. 17.1.4 If an audit inspection or examination in accordance with this Article 17 discloses overpricing or overcharges of any nature by the CONTRACTOR to the OWNER in excess of one-half of one percent (.5%) of the total contract billings, then the reasonable actual cost of the OWNER's audit shall be reimbursed to the OWNER by the CONTRACTOR. Any adjustments and/or payments, which must be made as a result of any such audit or inspection of the CONTRACTOR's invoices and/or records, shall be made within a reasonable amount of time(not to exceed 90 days)from presentation of the OWNER's findings to the CONTRACTOR. 17.1.5 The CONTRACTOR shall take reasonable actions to prevent any actions or conditions which could result in a conflict with the OWNER's best interests. These obligations shall apply to the activities of the CONTRACTOR's employees, agents, subcontractors, etc. in their dealings and relations with the OWNER's current and former employees and their relatives. For example, the CONTRACTOR's employees, agents or subcontractors should not make or provide to be made any employment, gifts, extravagant entertainment, payments, loans or other considerations to the OWNER's representatives, employees or their relatives. 17.1.6 It is also understood and agreed by the CONTRACTOR that any solicitation of gifts or any other item of value by anyone representing the OWNER is to be reported within two (2) business working days to the OWNER at the following telephone number: 512-218-5401. Failure to report any such solicitations or offers shall be deemed a material breach of contract entitling the OWNER to pursue damages resulting from the failure to comply with this provision. ARTICLE 18—MISCELLANEOUS 18.1 Venue: In the event of any suit at law or in equity involving the Contract, venue shall be in Williamson County, Texas and the laws of the state of Texas shall apply to Contract interpretation and enforcement. 18.2 Extent of Agreement: This Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 18.3 Cumulative Remedies: The rights and remedies available to the parties are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantees or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. 18.4 Severability: If any word, phrase, clause, sentence or provision of the Contract, or the application of same to any person or set of circumstances is for any reason held to be unconstitutional, invalid or unenforceable, that finding shall only effect such word, phrase, clause, sentence or provision, and such finding shall not effect the remaining portions of 00700 7-2009 Page 40 General Conditions this Contract;this being the intent of the parties in entering into the Contract; and all provisions of the Contract are declared to be severable for this purpose. 18.5 Independent Contractor The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The CONTRACTOR's services shall be those of an independent contractor. The CONTRACTOR agrees and understands that the Contract does not grant any rights or privileges established for employees of the OWNER. 18.6 Prohibition of Gratuities The OWNER may, by Written Notice to the CONTRACTOR, terminate the Contract without liability if is determined by the OWNER that gratuities were offered or given by the CONTRACTOR or any agent or representative of the CONTRACTOR to any officer or employee of the OWNER with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such Contract. In the event the Contract is terminated by the OWNER pursuant to this provision, the OWNER shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the CONTRACTOR in providing such gratuities. 18.7 Prohibition Against Personal Interest in Contracts No officer, employee, independent consultant, or elected official of the OWNER who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any violation of this provision, with the knowledge, expressed or implied, of the CONTRACTOR shall render the Contract voidable by the OWNER. End of General Conditions N., Ank, 00700 7-2009 Page 41 General Conditions 00800 SUPPLEMENTAL GENEIZAL CONDITIONS Cityof Rot03 .ms Supplemental General Conditions Section 00800 SUPPLEMENTAL GENERAL CONDITIONS TO AGREEMENT FOR CONSTRUCTION SERVICES The Supplemental General Conditions contained herein shall amend or supplement the General Conditions, Section 00700. ARTICLE I -DEFINITIONS 1.16 Engineer/Architect(E/A): Add the following: Name(Representative): Vivek Deshpande, RE. PTOE Firm: Kimley-Horn and Associated, Inc. Address: 10814 Jollyville Road,Avallon IV, Suite 300 City, State,Zip: Austin,TX 78759 Telephone: (512)4184536 Facsimile: (512)418-1791 Email: vivek.deshpandeakimlev-horn.com 1.27 Owner's Representative: outk, Add the following: Name: Chad Wood, P.E. PTOE Title: Traffic Engineer Address: 2008 Enterprise Drive City, State, Zip: Round Rock, TX 78664 Telephone: (512)218-6601 Facsimile: (512)218-5563 Email: cwood@roundrocktexas.gov ARTICLE -PRELIMINARY MATTERS 2.2 Copies of Documents: Add the following: Additional copies of the Project Manual and drawings may be obtained from Owner on the following basis: Full or partial set of Drawings $75 per set or per sheet Each set of Project Manual incl each Page 1 00800 4-2012 Supplemental General Conditions 00090669 ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.18 Liquidated Damages ,.. Add the following: 1. CONTRACTOR SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF One Hundred AND NO/100 DOLLARS $100.00 PER DAY FOR EACH DAY BEYOND THE DATE -- ESTABLISHED THEREFOR THAT THE CONTRACTOR FAILS TO ACHIEVE SUBSTANTIAL COMPLETION, AND FOR WHICH OWNER IS UNABLE TO UTILIZE THE IMPROVEMENTS AND FACILITIES DUE TO THE FAILURE OF CONTRACTOR TO HAVE ACHIEVED SUBSTANTIAL COMPLETION IN ACCORDANCE WITH THE CONTRACT. END OF SUPPLEMENTAL GENERAL CONDITIONS Page 2 00800 4-2012 Supplemental General Conditions (.04*, 00090669 00900 SPECIAL CONDITIONS 0 11 0 II II #1111 SECTION 01-INFORMATION 01-01 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. The City will furnish Contractor two (2) sets of conforming Contract Documents and Specifications free of charge, and additional sets will be furnished, upon request, at the cost specified in the Supplemental General Conditions. 4111%) 0 1-02 GOVERNING CODES AH construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the City. 01-03 LOCATION The location of work shall be as set forth in the Notice to Bidders and as indicated on the Plans. 01-04 USAGE OF WATER All water used during construction shall be provided by the City and shall be metered. The City shall specify the location from which the Contractor is to procure water.The Contractor shall be responsible for obtaining a bulk water permit from the City and providing all apparatus necessary for procuring, storing, transporting and using water during construction. The Contractor shall strive to use no more water than reasonable to perform the work associated with this Contract and shall avoid waste. The Contractor will be required to pay for all water used if it is found that waste is occurring during construction. SECTION 02-SPECIAL CONSIDERATIONS 02-01 CROSSING UTILITIES Prior to commencing the Work associated with this Contract, it shall be the Contractor's responsibility to make arrangements with the Owners of utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense, however, where such is not the case,the Contractor will cause such work to be done at his own expense. froft, 00900-9-2012 Page 1 Special Conditions 41111%, 02-02 UTILITY SERVICES FOR CONSTRUCTION 010. The Contractor win be responsible for providing his own utility services while performing the Work associated with this Contract. Provision of said utility services shall be subsidiary to the various bid items and no additional payment will be made for this item. 02-03 WAGE RATES Wage Rates (Information From Chapter 2258, Texas Government Code Title 10) Aink., 2288.021.Duty of Government Entity to Pay Prevailing Wage Rates a. The State or any political subdivision of the State shall pay a worker employed by it or on behalf of it: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. b. Subsection(a)does not apply to maintenance work. c. A worker is employed on a public work for the purposes of this section if a Contractor or Subcontractor in the execution of a contract for the public work �►, with the State, a political subdivision of the State or any officer or public body of the State or a political subdivision of the State,employs the worker. 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty a. The contractor who is awarded a contract by a public body, or a --- Subcontractor of the Contractor, shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. b. A Contractor or Subcontractor who violates this section shall pay to the state --. or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. c. A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates, and specify "' the rates in the contract as provided by Section 2258.022. d. The public body shall use any money collected under this section to offset 00900-9-2012 Page 2 Special Conditions tisk the costs incurred in the administration of this chapter. e. A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. 2258.051.Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract,and an agent or officer of the public body, shall: 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract; and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the Contractor under the contract, except that the public body may not withhold money from other than the final payment without determination by the public body that there is good cause to believe that the Contractor has violated this chapter. Applicable wage rates to be used in Williamson and/or Travis County may be obtained from the U.S. Department of Labor website at the following web addresses: Construction Types: Heavy (Sewer/Water Treating Plant and Sewer/Incidental to Highway) http://www.wdol.gov/wdol/scafiles/davisbacon/TX33.dvb?v=0 Construction Types: Heavy and Highway http://www.wdol.gov/wdol/scafiles/davisbacon/TX 1 6.dvb?v=0 Construction Type: Building http://www.wdol.gov/wdol/scafiles/davisbaconITX76.dvb?v=1 0011b, 02-04 LIMIT OF FINANCIAL RESOURCES The City has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the City may be required to change and/or delete any items which it may feel is necessary to accomplish all or part of the Aft, scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages or anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the City reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 02-05 CONSTRUCTION REVIEW The City shall provide a project representative to review the quality of materials and 00900-9-2012 Page 3 Special Conditions Ow, workmanship. 444, 02-06 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the City, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal shall be included in the unit price bids. Any question arising as to the limits fiat*, of work shall be left up to the interpretation of the Engineer. 02-07 LAND FOR WORK Owner provides, as indicated on Drawings, land upon which work is to done, right- of-way for access to same and such other lands that are designated for the use of the Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations,temporary construction facilities,or for storage of materials. 046, 02-08 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of proposed improvements immediately notify engineer, who without delay,will determine if existing utilities are to be relocated,or grade and alignment of proposed improvements changed. Where necessary to move existing utilities and appurtenances as determined by the Engineer, the Engineer and Contractor will make relocation arrangements with the utility owner.The Owner will not be liable for delay costs or damages due to relocations of utilities which hinder progress of the work. 02-09 CONSTRUCTION STAKING All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be responsible for determining the layout and extent of staking necessary to construct the improvements to the lines and grades shown in the Plans and such staking shall be satisfactory to the Engineer. The Contractor shall consult with the Engineer and Owners representative in the field for assistance as necessary. Sufficient staking materials and equipment shall be provided by the Contractor including but not limited to: paint,flagging, laths, hubs, blue tops, nails, hammers, measuring chains or tapes, transits and levels. The Contractor shall be responsible for setting and marking control and off-set points for measuring distances and angles, for shooting levels, and for any other items pertaining to construction staking. This item shall not be paid for separately and shall be considered subsidiary to other bid items. 00900-9-2012 Page 4 Special Conditions ,0/10 SECTION 03-ACCESS AND TRAFFIC CONTROL Access shall be provided for the public and emergency vehicles at all possible times. When it becomes necessary to restrict access, the Contractor shall notify the Owner and coordinate with the Owner,all applicable agencies(i.e. Fire Department, E.M.S., Public Works, etc.), residents, and affected parties. If emergency access is required during the work and such access is being hindered by the work, the Contractor will suspend the work if necessary, and otherwise endeavor to assist emergency personnel in accessing a location restricted by the work. Unless otherwise approved by the Engineer, at the end of each day all lanes of traffic shall be opened to the public. The Contractor shall ensure compliance at all times with the accepted Traffic Control Plan for the project and shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. These items shall be included in the bid item Traffic Control. 00900-9-2012 Page 5 Special Conditions ylt5 J�'fY r r^r r r.irc,,�tg� �.i¢�'r�'�;r•nU7dr ate�v>>•,•rs*�t�p,t '•t iii•�riV u,a'atllS[y tJi"r+bbsrvw v�d rBJi�'i t#`f'i i t++•AFC a 9yn F`Cr4`S`4`r^YYY'f"' �'�1U�rvGV+•}+4UMi .`3ca�+�tr+.w'S�1•5�4. �Y'17 ' t faii'rr��i�rt•ri'�[[F �� ~~ =, ITEM 10 GENERAL DESC TION . _ 1,001 SCOPE O.WORK _~ The Wo.k covered by these consists-."...`""r�'-.``.` ' ip ent, -.v..". _ all .�,".- , �u....z..� 0 appliances-, -..'..'; and .,...|`, .. ,...,�`,'` with `�� .c", and .'^.,. .. .., .'.,. `n_ _~ conditions of the Contract Documents. _ 1,002 GOVERNIEN'G TECHNICAL SPECIFICATIONS S~_ AND_ _-_ T W_ __--ER -_ _- DRAINAGE-- - VEI-V--_ -_ TS The Round Rock Standard Spieci'ficati"on .'.�,�'.,._.. .' hereby'.'e'``.`.,._ i._,''.'..�..`','�'`.o,,~'..�,`'.'^,:'``''.�. _= and shall be applied to this project`_c''`di'fi`'''se Specl*fications and on . the Plans'. ~_ Any adjust ents,, alterations, or additional information regarding Governing -� Tecb, .,. 'sy..,'.,^:....;.- ....-c,.`,.e en-`(''''``` ~� S f1ca+ions`^.'... ITEM 2 CONTROL OF WORK 2*01 P 2*01*1 CONSTRUCTION SITE -~ Duri*ng construction the Contractor shall keep tlie site free and clean fro all rubbish _ and debn*s and shall clean.p the si*te promptly when notl*fied to do so by the Engi*neer. _ The Contractor shall'. at his own expense maintai'n the streets and roa . dust,mu danger to the publl"c using/e.' or the occ Care shall be taken to prevent SP1*11,,;,,e _ done., and any J `. . ',.||`� /debns .`...i zc .,et. .'to the Contractor's operations, shall bei'mmediately removed. ~_ +� _~ Page 1 01000-,5,,2010 Tedwical Specificah"Ons 00193116 _. _+ 2.01.2 BACKWO The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean-up and completion of back works from becoming excessive. Should such a condition exist, the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. 2.02 GRADING The Contractor shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the Engineer. ITEM 3 EXAMINATION AND REVIEW 40111k) 3.01 EXAMINATION OF WORK The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, and the City's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the Engineer. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION The Engineer and City must be notified a minimum of 24-hours in advance of beginning construction, testing, or requiring presence of the Engineer, project 4111k, representative, or City's representative. 3.03 CONSTRUCTION STAKING The Engineer shall furnish the Contractor reference points and benchmarks that, in the Engineer's opinion,provide sufficient information for the Contractor to perform construction staking. 3.04 PROTECTION OF STAKES. MARKS ETC. All engineering and surveyor's stakes,marks,property corners,etc.,shall be carefully preserved by the Contractor,and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Contractor at the Contractor's sole expense. Page 2 01000-5-2010 Technical Specifications 00193116 ~_ ITEM 4 PRO ECTION PRECAUTION AND 4*01 WORK`'..'''�.''`''..�`.-.�`R ~� Porfions of the work may continue as directed by the Engineert 4.02 OF AND S_RUBS ~- ~~ The Contractor shall take necessaiy precaufions to preserve all existing trees,plants and shrubs. `.� '`�.- ..' ` itjustif'lable`c_-'.'```,'..e.`"t.a'....c'..e-..`e.._., _~ and plants fo constructi*on but only Wv'ith approval of the Engi*neer. 4*03 TRAFFIC CONTROL MEASURES AND BARRICADES - Traffiic control me ures and ba cades shall be 1"nstalled 'in accordance xvith the -+ Texas Control ..�in'..ei.oc`. o.`de'...d ~~ necessary by the Engineer, for the protection life and property. Under no circumstances XV1*11 any existing road be permitted to remain closed ove a weekend., ~� No separate pay w1*11 be made for thi'si"tem. Costs for this'Item shall be subsl*di*ary to ~_ other items of work' 4*04 LINES.^._. ..^ _- - - ' - ' - ~_ The Contractor shall be responsl*ble for the protecti'on, reference and resetti'ng of property corner onuments if disturbed, -- 4.005 Ii'.P OF°...`L,l.MATERIAL ~~ The Contractor shall at hi"s o-%vn expense, ake arrangement for the di*sposal of -� surplus mate al, such as rock, trees,brush and other unwanted backfill materials, _= 4*06 CONTRACTOR'S USE OF P*'$- ^,[_.,S -- The Contractor shall. at his own expense, provide -= his opertaions and storage of materials _~ ITEM 5 .'� . - - 5eOl TRADE NAMES _- Except as specl'fied otherwi"sel, wherever in the speci0ficat*ions an article or class of material i's desi,,anated by a trade name or by the name or cataloo number .an, aker, patentee, 'anufacturer, or dealer, such desiognations shall be taken . intending . '�* .° specify ''e ,',- .e.,^iu or another equal thereto '' Page 3 01000-5-w2010 Tedmical Specifficat'lons 00193116 �� quality,finish,and serviceability for the purpose intended,as may be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the City to discriminate against an equal product of another manufacturer,but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper" or"equal to" are used,they shall be understood to mean that the item referred to shall be "proper", the "equivalent" of, or"equal to" some other item, in the opinion or judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used,unless a substitute is approved in writing by the Engineer, and the Engineer will have the right to require the use of such specifically designated material, article or process. Page 4 01000-5-2010 Technical Specifications 00193116 Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson GENERAL NOTES Basis of Estimate Item Description **Rate Basis Quantity 160 Topsoil 1 CY/7 SY 100 CY 700 SY 162 Sod 1 CY/6 SY 117 CY 700 SY **166 Fertilizer(13-13-13) 1/8 LB/SY 700 SY 0.05 TON 168 Vegetative Watering (Item 162) 20 GAL/SY 700 SY 14 MG 3267 Dense-Graded Hot-Mix Asphalt(Small Quantity) TY-B PG64-22(4 IN) 112 LB/SY/IN 18 SY 4 TON ** For Informational Purposes Only GENERAL All construction shall be in accordance with the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Prior to any construction, the Engineer shall convene a preconstruction conference between the City of Round Rock, himself, the Contractor, other utility companies, any affected parties and any other entity the City or Engineer may require. Refer to ordinances and regulations of Local Municipal and County Governments and the Texas Commission on Environmental Quality, which may be applicable. Prior to any construction, the Contractor shall apply for and secure all proper permits from the appropriate authorities. Ensure the road is always open to traffic. Maintain access to public and private drives and side Aft, roads at all times. The cost for materials, labor, and incidentals to provide for traffic across the roadway and for ingress and egress to private property in accordance with Article 7.7 of the TxDOT Standard Specifications is subsidiary to the various bid items. Restore access roadways to their original condition upon completing construction. The Contractor shall give the City of Round Rock 48 hours' notice before beginning each phase of construction. Telephone 218-5555 (Engineering and Development Services Department). References to manufacturer's trade name or catalog numbers are for the purpose of identification only. Similar materials from other manufacturers are permitted if they are of equal quality, comply with the specifications for this project, and are approved. The Contractor and the Engineer shall keep accurate records of all construction that deviates from the plans. The Engineer shall furnish the City of Round Rock accurate "As-Built" drawings following completion of all construction. These "As-Built" drawings shall meet with the satisfaction of the Engineering and Development Services Department prior to final acceptance. General Notes Sheet A 4111Ik Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson The Round Rock City Council shall not be petitioned for acceptance until all necessary easement documents have been signed and recorded. When construction is being carried out within easements, the Contractor shall confine his work to within the permanent and any temporary easements. Prior to fmal acceptance, the Contractor shall be responsible for removing all trash and debris within the permanent and temporary easements. Clean-up shall be to the satisfaction of the City Engineer. Do not place surface treatments or pavement when in the Engineer's professional judgment, the apparent general weather conditions are unsuitable for overlay operations. Remove and replace, at the Contractor's expense, and as directed, all defective work, which was caused by the Contractor's workforce, materials, or equipment. fdik, Any existing utilities, pavement, curbs, sidewalks, structures, trees, etc., not planned for destruction or removal that are damaged or removed shall be repaired or replaced at contractor's expense. Perform work during good weather unless otherwise directed. If work is performed at Contractor's option, when inclement weather is impending, and the work is damaged by subsequent precipitation, the Contractor is responsible for all costs associated with replacing the work, if required. Accrue contract time charges through the Contractor's completion of the fmal punchlist. Meet weekly with the Engineer to notify him/her of planned work for the upcoming week. Provide a three-week"look ahead schedule," as well as all work performed over the past week. Blade the side slopes to remove all grass from the area of construction before placing flexible base on that portion of the roadway to be widened, leveled-up, seal coated/surfaced treated, or Hot Mix Asphaltic Concrete Pavement (HMACP) overlaid. Blade the sod back onto the side slopes after the proposed items of work have been completed. Consider subsidiary to pertinent Items. All areas disturbed or exposed during construction shall be revegetated in accordance with the plans and specifications. Revegetation of all disturbed or exposed areas shall consist of sodding or seeding, at the Contractor's option. However, the type of revegetation must equal or exceed the type of vegetation present before construction. Equip all construction equipment used in roadway work with a permanently mounted 360° revolving or strobe warning light with amber lens. Light will have a minimum lens height and diameter of 5 inches and mounting height of not less than 6 feet above the roadway surface and be visible from all sides. Attach at each side of the rear end of the construction equipment an approved orange warning flag mounted not less than 6 feet above the roadway surface. Overhead and underground utilities exist in the vicinity of the project. The exact location of underground utilities is not known. General Notes Sheet B oft, Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson The Contractor shall verify all depths and locations of existing utilities prior to any construction. Any discrepancies with the construction plans found in the field shall be brought immediately to the attention of the Engineer who shall be responsible for revising the plans as appropriate. If working near power lines, comply with the appropriate sections of Local Legal Requirements, Texas State Law, and Federal Regulations relating to the type of work involved. If overhead or underground power lines need to be de-energized, contact the electrical service provider to perform this work. Costs associated with de-energizing the power lines or other protective measures required are at no expense to the City. In the event of unforeseen utility adjustment, the Contractor will prosecute their work in such a manner and sequence as to facilitate the adjustments to be made. Depth of cover for all crossings under pavement including gas, electric, telephone, cable tv, water services, etc., shall be a minimum of 30" below subgrade. Match existing cross slopes, as directed. Consider subsidiary to the pertinent Items. Provide a smooth, clean sawcut along the existing asphalt and concrete pavement structure, as directed. Consider subsidiary to the pertinent Items. Manhole frames, covers, valves, cleanouts, etc. shall be raised to fmished grade prior to fmal paving construction. Remove all construction debris and surplus material generated by the construction work within the project limits. Perform this work as directed. Consider subsidiary to the pertinent Items. Trim vegetation around signs and other obstructions. Consider subsidiary to pertinent Items. Supply litter barrels in enough numbers at locations as directed to control litter within the project. Consider subsidiary to pertinent Items. Use a self-contained vacuum broom to sweep the roadway and keep it free of sediment due to the Construction of the Roadway, as directed. Consider subsidiary to pertinent Items. Protect all areas of the right of way, which are not included in the actual limits of the proposed construction areas from destruction. Exercise care to prevent damage to trees, vegetation, and other natural surroundings. Areas not to be disturbed will be as directed. Restore any area disturbed because of the Contractor's operations to a condition as good as, or better than, before oft, the beginning of work. Damage to existing pipes and SET's due to Contractor operations shall be repaired at Contractor's expense. General Notes Sheet C Project.. Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson In accordance with the Laws of the State of Texas and the U. S. Occupational Safety and Health Administration regulations, all trenches over 5 feet in depth in either hard and compact or soft and unstable soil shall be sloped, shored, sheeted, braced or otherwise supported. Furthermore, all trenches less than 5 feet in depth shall also be effectively protected when hazardous ground movement may be expected. If trench safety system details were not provided in the plans because trenches were anticipated to be less than 5 feet in depth and during construction it is found that trenches are in fact 5 feet or more in depth or trenches less than 5 feet in depth are in an area where hazardous ground movement is expected, all construction shall cease, the trenched area shall be barricaded and the Engineer notified immediately. Construction shall not resume until appropriate trench safety system details, as designed by a professional engineer, are retained and copies submitted to the City of Round Rock. In accordance with the U. S. Occupational Safety and Health Administration regulations, when persons are in trenches 4 feet deep or more, adequate means of exit, such as a ladder or steps, must be provided and located so as to require no more than 25 feet of lateral travel. All locations used for storing construction equipment, materials, and stockpiles of any type, within the right of way, will be as directed. Use of right of way for these purposes will be restricted to those locations where driver sight distance to businesses and side street intersections is not obstructed and at other locations where an unsightly appearance will not exist. The Contractor will not have exclusive use of right of way but will cooperate in the use of the right of way with the city/county and various public utility companies as required. All testing shall be done by an independent laboratory at the Owner's expense. Any retesting shall be paid for by the Contractor. A City Inspector shall be present during all tests. Testing shall be coordinated with the City Inspector and he shall be given a minimum of 24 hours' notice prior to any testing. Telephone 218-5555 (Inspections). Backfill behind the curb shall be compacted to obtain a minimum of 95% maximum density to within 3" of top of curb. Material used shall be primarily granular with no rocks larger than 6" in the greatest dimension. The remaining 3" shall be clean topsoil free from all clods and suitable for sustaining plant life. The Project Superintendent will be capable of speaking English and will be available on the project at all times when work is being performed, including subcontractor work. The Superintendent will be available and on-call 24 hours a day. When directed, designate an official backer/spotter or "dump-man" who shall wear specially marked clothing and a specially marked hard hat which specifically identifies them as the backer/spotter and identifies that they are the person who is directing the backing operations. They shall be identified to all project personnel, Contractor and City, when dumping the various project materials, throughout the course of the project. Storm Water Pollution Prevention Plan (SW3P) General Notes Sheet D Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson Maintain erosion control features according to the TxDOT SW3P sheet. In the event that significant contamination is encountered based on odors, visual evidence, or vapor monitoring, immediately contact the Engineer in accordance with Item 4.3 of the General Provisions of the STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES. The Engineer may suspend work wholly or in part to determine the coordination/management for the testing, removal and disposal of hazardous materials that might be necessary according to all applicable rules, laws and regulations. Transport any soils contaminated during construction off of the proposed project, away from the site, and properly dispose of off-site. Collect wastewater generated on-site by chemical toilets, transport and dispose of off-site, in a proper manner. For all work over or near Bodies of Water(Lakes, Rivers, Ponds, Creeks, etc.): Keep on hand Synthetic Absorbent Booms (Petroleum Sorbent Booms, Petroleum Socks, Absorbant Socks, etc.) and Absorbent Pads (Eversoak Sorbents, Industrial Absorbent Pads, Calicorp Absorbent Pads, etc.), both types, for spilled petroleum products, in enough quantity to mitigate a petroleum-type spill due to Contract work. 0111111 ITEM 4—SCOPE OF WORK Final cleanup will include the removal of excess material considered detrimental to vegetation growth along the front slope of the ditch. Materials such as surface aggregates and other materials,as specified by the Engineer,will be removed at the Contractor's expense. ITEM 5—CONTROL OF THE WORK 1. In the E-mail"To:" box place the E-mail address to the following: Consultant E-Mail Contact: Kimley-Hom and Trey Neal trey.neal ey-hom.com Associates,Inc. 2. In the e-mail"CC:" or"Copy To:"box place the following E-mail addresses: In every e-mail submittal, the "CC:" or "Copy To:" line of the header will include the following e-mail addresses: a. Contractor's Contact: fiat., AND b. City Contact: City of Round Rock Chad Wood cwood(&,roundrocktexas.gov General Notes Sheet E Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson ITEM 6- CONTROL OF MATERIALS Article 6.5. Give a minimum of 24 hours of notice for materials, which require Inspection at the Plant. ITEM 7—LEGAL RELATIONS AND RESPONSIBILITIES Article 7.19 Do not initiate activities in a Project Specific Location(PSL) associated with a U.S. Army Corps of Engineers (USACE) jurisdictional area that have not been previously evaluated by the USACE as part of the permit review of this project. Such activities include, but are not limited to, haul roads, equipment staging areas, borrow and disposal sites. Associated defined here means materials are delivered to or from the PSL. The jurisdictional area includes all waters of the U.S. including wetlands or associated wetlands affected by activities associated with this project. Special restrictions may be required for such work. Consult with the USACE regarding activities, including Project Specific Locations (PSLs) that have not been previously evaluated by the USACE. Provide the Department with a copy of all consultations or approvals from the USACE before initiating activities. Proceed with activities in PSLs that do not affect a USACE jurisdictional area if a self- determination has been made that the PSL is non-jurisdictional or proper USACE clearances have been obtained in jurisdictional areas or have been previously evaluated by the USACE as part of the permit review of this project. Document any determinations that their activities do not affect a USACE jurisdictional area. Maintain copies of their determinations for review by the Department or any regulatory agency. The Contractor must document and coordinate with the USACE, if required, before any excavation hauled from or embankment hauled into a USACE jurisdictional area by either(1) or (2) below. (1) Restricted Use of Materials for the Previously Evaluated Permit Areas. Document both the project specific location (PSL) and their authorization. Maintain copies for review by the Department or any regulatory agency. When an area within the project limits has been evaluated by the USACE as part of the permit process for this project: a. Suitable excavation of required material in the areas shown on the plans and cross sections as specified in Item 110, Excavation, is used for permanent or temporary fill(Item 132, Embankment) within a USACE jurisdictional area; b. Suitable embankment (Item 132) from within the USACE jurisdictional area is used as fill within a USACE evaluated area; and, c. Unsuitable excavation or excess excavation ["Waste"] (Item 110, Excavation)that is disposed of at an approved location within a USACE evaluated area. (2) Contractor Materials from Areas Other than Previously Evaluated Areas. Provide the Department with a copy of all USACE coordination or approvals before initiating any activities in a jurisdictional area within the project limits that has not been evaluated by the USACE or for any off right of way locations used for the following, but not limited to, haul roads, equipment staging areas, borrow and disposal sites: General Notes Sheet F Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson a. Item 132, Embankment, used for temporary or permanent fill within a USACE jurisdictional area; and, b. Unsuitable excavation or excess excavation["Waste"] (Item 110, Excavation)that is disposed of outside a USACE evaluated area. 41111 The total area estimated to be disturbed for this project is 0.15 acres. The disturbed area in this project, all project locations in the Contract, and the Contractor project specific locations (PSLs), AM within 1 mile of the project limits, for the Contract will further establish the authorization , requirements for storm water discharges. The Department will obtain an authorization to discharge storm water from the Texas Commission on Environmental Quality (TCEQ) for the construction activities shown on the plans. The Contractor is to obtain required authorization from the TCEQ for Contractor PSLs for construction support activities on or off the ROW. When the total area disturbed in the Contract and PSLs within 1 mile of the project limits exceeds 5 acres, provide a copy of the Contractor NOI for PSLs on the ROW to the Engineer and to the local government that operates a separate storm sewer system. This project required formal consultation,permits, or both with environmental resource agencies. Environmentally sensitive areas will most likely be encountered on Contractor designated PSLs for this project. A project that requires a USACE permit must use at least one of the Best Management Practices (BMP) from each category listed on the Texas Commission on Environmental Quality (TCEQ) Section 401 checklist for NWP's. The erosion control BMP for this project would be blankets/matting. The post construction total suspended solid control BMP for this project would be grassy swales. The sedimentation control BMP for this project would be silt fences. Do not park equipment or make stockpiles where driver sight distance to businesses and side street intersections is obstructed, especially after work hours. If it is necessary to park where drivers' views are blocked, make every effort to flag traffic accordingly. Give the travelling public first priority. Maintain positive drainage for permanent, as well as, temporary drainage for the duration of the project. This work is the sole responsibility of the Contractor. Construct temporary and permanent drainage systems prior to the placement of temporary pavement, when possible, but absolutely prior to the placement of permanent pavement. Be responsible for any items associated with the temporary/interim drainage and all related maintenance. No direct payment will be made for this work. The Engineer will have the final authority in determining/approving the adequacy of any temporary/permanent drainage features installed. ITEM 100, 132 & 160 -PREP ROW, EMBANKMENT, & TOPSOIL Use hand methods or other means to remove objectionable material and obstructions, if doing work by mechanical methods is impractical. Consider subsidiary to the pertinent Items. ITEM 160 -TOPSOIL General Notes Sheet G Project: Round Rock Avenue at North Lake Creek Drive oft, Greenlawn Blvd at Pflugerville Parkway County: Williamson Obtain approval of all topsoil sources before digging begins. Ensure off-site topsoil has a minimum PI of 25, or as directed. Ensure that the topsoil placed is similar to the topsoil that is within the project. To the extent possible, obtain as much of the topsoil from within the project site, or as directed. The City reserves the right to take samples, as needed, to assure that the material meets the PI and other requirements as indicated in the Specifications (Fertility, Organics, Erodability, etc.). No Sandy Loam allowed. Obtain approval of the actual depth of the topsoil sources for both on-site and off-site sources. Construct topsoil stockpiles of no more than five(5) feet in height. It is permissible to use topsoil dikes for erosion control berms within the right of way, as directed. Track ALL topsoiled slopes left idle for more than 14 days, within or at the end of the 14-day idle period, to prevent erosion. Tracking consists of operating a tracked vehicle or equipment up and down the slope, leaving track marks perpendicular to the direction of the slope. Retrack slopes after rain event, as directed. Consider the tracking of slopes to prevent erosion as subsidiary to the pertinent Items. Upon final grading, immediately track all topsoiled slopes to prevent erosion, prior to seeding ,404, operations, as directed. Consider subsidiary to the pertinent Items. Provide measurements for payment of topsoil quantities before seeding. Consider subsidiary to the pertinent Items. Place Topsoil in accordance with the SW3P, in phases, as partial completion of the roadway is obtained. ITEM 166—FERTILIZER Use 13-13-13 fertilizer analysis, unless otherwise directed. Take soil samples, as directed, to determine the actual soil needs for fertilizer. Consider this work subsidiary to pertinent Items. ITEM 168—VEGETATIVE WATERING Water all areas of project to be seeded or sodded. Maintain the seedbed in a condition favorable for the growth of grass. Watering can be postponed immediately after a rainfall on the site of% inch or greater, but will be resumed before the soil dries out. Continue watering until fmal acceptance. Vegetative watering rates and quantities are based on 1/4 inch of watering per week over a 3-month watering cycle. The actual rates used and paid for will be as directed and will be based on prevailing weather conditions to maintain the seedbed. General Notes Sheet H Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson Obtain water at a source that is metered (furnish a current certification of the meter being used) or furnish the manufacturer's specifications showing the tank capacity for each truck used. Notify the Engineer, each day that watering takes place, before watering, so that meter readings or truck counts can be verified. ITEM 416 -DRILLED SHAFT FOUNDATIONS Stake all Foundations, for approval, before beginning drilling operations, as directed. Examples of types of foundations are Bridge Supports, Traffic Signal Pole Foundation, Roadway Illumination Assembly Foundations, Sign Support Locations, etc. Calculate the vertical signal head clearance before placing any Traffic Signal Pole Foundation. Obtain approval before placing additional exposed Traffic Pole Foundation. Set anchor bolts for Mast-Arm Signal Poles and Strain Poles. Set two in tension and two in compression. Obtain approval of anchor bolt placement as directed before placing concrete. Field cut holes for anchor bolts only as directed. ITEM 464—REINFORCED CONCRETE PIPE All Reinforced Concrete Pipe shall be a minimum class III. ITEM 467- SAFETY END TREATMENT emk, Cut pipe ends, in the field, to match roadway side slopes, or as directed. Apply asphalt base aluminum paint to the cut ends. All Type II SET's shall have mitered pipe ends and cast-in-place riprap aprons. ITEM 502 -BARRICADES, SIGNS,AND TRAFFIC HANDLING Use a traffic control plan for handling traffic through the various phases of construction. Follow the phasing sequence unless otherwise agreed upon by the Engineer and the Project Manager. Ensure this plan conforms to the latest "Texas Manual on Uniform Traffic Control Devices" and the latest Barricade and Construction(BC) Standard Sheets. Submit changes to the traffic control plan to the Engineer.Provide a layout showing the construction phasing, signs, striping, and signalizations for changes to the original traffic control plan. 41114, Furnish and maintain the barricades and warning signs, including the necessary temporary and portable traffic control devices, during the various phases of construction. Place and construct these barricades and warning signs in accordance with the latest "Texas Manual on Uniform Traffic Control Devices" for typical construction layouts. Keep the delineation devices, signs, and pavement markings clean. This work is subsidiary to Item 502. Other Contractors may operate within and adjacent to the limits of this project. Became familiar with the plans for adjacent contracts or projects and coordinate this project's work to minimize interruptions or delays to the traveling public,this project and the adjacent projects. General Notes Sheet I Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson Cover or remove the permanent signs and construction signs that are incorrect or that do not apply to the current situation for a particular phase. Do not mount signs on drums or barricades, except those listed in the latest Barricades and Construction standard sheets. Use traffic cones for daytime work only.Replace the cones with plastic drums during nighttime hours. Place positive barriers to protect drop-off conditions greater than 2 ft. within the clear zone that remain overnight. --- Use shadow vehicles with Truck Mounted Attenuators(TMA) for lane closures during construction. Do not reduce the existing number of lanes open to traffic except as shown on the following time schedule: ---- One Lane Closure Day Daytime Work Hours Nighttime Work Restricted Hours Hours Subject to City Approval Monday 9:00 AM- 3:00 PM N/A 6:00 AM - 9:00 AM 3:00 PM - 7:00 PM Tuesday 9:00 AM - 3:00 PM N/A 6:00 AM - 9:00 AM 3:00 PM - 7:00 PM --. Wednesday 9:00 AM - 3:00 PM N/A 6:00 AM - 9:00 AM 3:00 PM - 7:00 PM Thursday 9:00 AM - 3:00 PM N/A 6:00 AM - 9:00 AM 3:OOPM - 7:OOPM Friday 9:00 AM - 3:00 PM N/A 6:00 AM - 9:00 AM 3:00 PM - 7:00 PM Saturday 9:00 AM - 3:00 PM N/A 6:00 AM- 9:00 AM 3:00 PM - 7:00 PM Sunday N/A N/A N/A Two Lane Closure Day Daytime Work Hours Nighttime Work Hours --- Monday N/A N/A Tuesday N/A N/A Wednesday N/A N/A Thursday N/A N/A --- Friday N/A N/A Saturday N/A N/A Sunday N/A N/A The above times are approved for the traffic control conditions listed. The City Engineer may approve other closure times if traffic counts warrant. The City Engineer may reduce the above times for special events. General Notes Sheet J Project: Round Rock Avenue at North Lake Creek Drive oft, Greenlawn Blvd at Pflugerville Parkway County: Williamson At least one (1) lane will remain open, in each direction, at all times, unless otherwise shown on the plans or as approved by the Engineer. /411k, Meet with the Engineer prior to roadway and lane closures to ensure that sufficient equipment, materials, devices, and workers will be used. Discuss contingency plans at that time. Consider inclement weather prior to implementing the lane closures. Submit a cancellation of any lane closures, no later than noon on the day preceding the proposed work. Take immediate action to modify Closures / Traffic Control, if at any time backup (roadway queuing) becomes unreasonable (greater than 20 minutes). Have in place, a contingency plan of how this will occur. Utilize Shadow Vehicle with Truck Mounted Attenuator for setup and removal of each lane closure. do, Do not set up any Lane Closure / TCP when the pavement is wet prior to the "setup," unless otherwise directed. Revise Traffic Control,when inclement weather is imminent, as directed. Incorporate and maintain a 3H: 1V safety wedge into the proposed construction for any roadway edge of 2 inches or greater adjacent to a roadway under traffic. Within the limits of the project, provide standard barricades, warning signs, delineators, lights, 28-inch cones, and flaggers in enough numbers and combinations, as directed. No closures will be allowed on the weekends, which include the following holidays: January 1, the last Monday in May, July 4, the first Monday in September, the fourth Thursday in November, December 25, Easter weekend, and the working day prior to or immediately after any of the aforementioned holidays. Unless otherwise approved, no closures will be allowed on the weekends of special events that could be impacted by the construction. Ensure all equipment, vehicles, workers, etc., associated with these closures are off the roadways and all lanes re- opened, at least, by noon of the Friday before these holidays and special events. Maintain access to all streets and driveways at all times, unless otherwise approved. Furnish advisory speed signs in enough numbers as directed. Maintain enough workers to revise traffic control as directed. For each Lane Closure Set-up, provide a "Buffer Space" and Shadow Vehicle with Truck Mounted Attenuator(TMA), as directed. Provide a"Downstream" Buffer Space (=100'per lane with devices spaced at~20') for each lane closure setup, as directed. General Notes Sheet K (00., 41INN, Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson Maintain construction-warning signs, which are needed for longer periods than what is shown on the traffic control plan or as directed. Consider subsidiary to the pertinent Items. Cover or remove any existing sign(s), which conflict with temporary traffic control operations. Install all permanent signs, delineation, and object markers necessary for the operation of any roadway before opening that section of roadway to traffic, regardless of the phase during which the roadway construction occurs. Erect the signs on temporary mounts until the permanent mounts are installed. Consider any costs associated with the temporary mounts subsidiary. Repair or replace any signs, which are damaged by the Contractor's operations during construction or which are deemed not sufficient. The Engineer will be the sole judge of the adequacy of the sign(s). Secure a 28-inch cone on top of any foundations that have protruding studs during construction. The cones will meet the specifications listed on BC (10)-07. In addition, they will be reflectorized, as described. Unless otherwise shown, all items required as part of Item 502 will be considered subsidiary. #011. ITEM 1122 - TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS Erosion control measures, site work and restoration work shall be in accordance with the City of Round Rock Erosion and Sedimentation Control Ordinance. Obtain the Engineer's approval for proposed methods used for erosion control before starting each phase of construction. All slopes shall be sodded or seeded with approved grass, grass mixtures or ground cover suitable to the area and season in which they are applied. Silt fences, rock berms, sedimentation basins and similarly recognized techniques and materials shall be employed during construction to prevent point source sedimentation loading of downstream facilities. Such installation shall be regularly inspected by the City of Round Rock for effectiveness. Additional measures may be required if, in the opinion of the City Engineer, they are warranted. All temporary erosion control measures shall not be removed until final inspection and approval of the project by the Engineer. It shall be the responsibility of the Contractor to maintain all temporary erosion control structures and to remove each structure as approved by the Engineer. All mud, dirt, rocks, debris, etc., spilled, tracked or otherwise deposited on existing paved streets, drives and areas used by the public shall be cleaned up immediately. Stockpile 4-inch by 8-inch (4" x 8") rock for emergency erosion control use, as directed. Place this rock in ditches and other areas, as directed. The Contractor will be reimbursed in accordance with Pertinent Items or Article 9.5, "Force Account." General Notes Sheet L Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson ITEM 530—INTERSECTIONS,DRIVEWAYS,AND TURNOUTS Notify property owners a minimum of 48 hours in advance of beginning work on their driveways. Provide, to the City, a list of each notification and contact prior to each closure. Provide access, at all times, to adjacent property. Construct driveways one-half sections, to allow access. ITEM 531 —SIDEWALKS An air-entraining admixture is not required. For reinforcing steel in sidewalks and curb ramps, use No. 3 bars at a maximum 18 in. spacing center-to-center in both directions. ITEMS 618, 620, 621, 622, 624, 628, & 684 Use materials from prequalified material producers list as shown on the Texas Department of Transportation (TxDOT) ------ Construction Division's (CST) materials producers list. See TxDOT website (www.txdot.gov) — Business with TxDOT > Materials Information > Material Producer List - for list of pre-qualified manufacturers. Category is "Roadway Illumination and Electrical Supplies. "No substitutions"will be allowed for materials found on the list. ITEM 618 & 620- CONDUIT &ELECTRICAL CONDUCTORS For electrical licensing and electrical certification requirements see Item 7 of the current Standard Specification book and any applicable Special Provisions to Item 7. ITEM 618- CONDUIT Do not use cast iron junction boxes in concrete bridge rails. Use polymer concrete junction boxes only. Mount the junction boxes flush (+0", -V2") with concrete surface of concrete bridge rail. Do not use cast iron junction boxes in concrete traffic barriers and single slope traffic barriers. Use polymer concrete junction boxes instead of the cast iron junction boxes shown on Standard Sheets CTBI (3), CTBI(4),AND SSCB (4). Mount the junction boxes flush(+0", - 1/2")with concrete surface of concrete barrier. Use materials from prequalified material producers list as shown on the Texas Department of Transportation(TxDOT) - Construction Division's (CST) materials producers list. Category is "Roadway Illumination and Electrical Supplies." Consider the polymer concrete barrier boxes subsidiary to ITEM 618, "CONDUIT." Refer to plans and specifications for type of conduit. Waterproof and tighten all couplings and connections. Bring all proposed and existing conduit into a ground box and 'elbow' it unless otherwise shown on the plans. Provide a bushing to protect the wire from abrasion when a conduit run terminates. When backfilling bore pits, ensure that the conduit is not damaged during installation or due to settling backfill material. Compact select backfill in three equal lifts to the bottom of the conduit; General Notes Sheet M eat., Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson or if using sand, place it 2 in. above the conduit. Ensure backfill density is equal to that of the existing soil. Prevent material from entering the conduit. Construct bore pits a minimum of 5 ft. from the edge of the base or pavement. Close the bore pit holes overnight. If using casing to place bored conduit,the casing is subsidiary to the conduit. Pull conductors in the PVC conduit only with a nonmetallic pull rope. Replace sections of conduit with the size and type shown on the plans in the event the existing conduit proves unusable due to location or damage. Secure permission from the proper authority, as directed, before cutting into or removing any sidewalks or curbs for installation of this Item. Saw cut and replace any riprap, which must be removed to install the conduit. Replace riprap with material and texture as directed. The locations of conduit and ground boxes are diagrammatic and so shift, as directed, to accommodate field conditions. Install conduit in an area not exceeding 2 feet in any direction from a straight line with the depth of the conduit at least 2 feet, unless otherwise shown on the plans. Installation of the conduit by jacking or boring method will be at a depth of at least 1 foot below the bottom of the base material of the roadway. Evidence of damage to the roadway during the jacking or boring operation will be enough grounds to stop the method being used. oft, Install conduit on a 2-inch sand cushion and backfill with at least 6 inches of sand. Backfill the remainder of the trench with flexible base, soil or two-sack concrete as required by the location of the conduit or as directed. Consider all conduit elbows and rigid metal extensions required to be installed on PVC conduit systems subsidiary. 41111., Install a high tension, non-metallic pull rope in all conduit runs. The pull ropes are for future use. Cap all empty conduit runs using standard weather tight conduit caps as directed. Consider this work subsidiary to the pertinent Item. Install a continuous bare or green insulated copper wire No. 8 AWG or larger in every conduit throughout the electrical system including installed loop detectors and traffic signal cables which are in conformance with the Electrical Detail Standard Sheets and the latest edition of the National Electrical Code (NEC). General Notes Sheet N Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson Placement of conduit under the existing pavement using the open trench method will not be allowed without prior approval. Seal all conduit ends with a permanently soft, non-toxic duct seal. The dust seal must not adversely affect plastic materials or corrode metals. Use a coring device when drilling holes through concrete structures. Do not use masonry or concrete drills, unless otherwise approved. Structurally mounted junction boxes shall be as shown on the plans. When used for traffic signal installations, these boxes shall be 12" x 12" x 8", and shall be approved. Consider these boxes subsidiary to this Item. Use conduit hangers for 3 inch and larger conduit when hanging conduit from structures. Place conduit a minimum depth of 42 inches below the bottom of ties. Existing conduit may be proposed for reuse in this project. If the existing conduit cannot be used to place or add new electrical conductors, repair or replace this conduit, as directed. Repair of the conduit will be paid as "Extra Work"on a "Force Account"basis. Probe the existing conduit when locating drill shafts so that the existing conduit's location will be known before it is needed. When using existing conduit, ensure that all conduits have bushings and are cleaned of dirt, mud, grease, and other debris. Restrap conduit that is being relocated to new timber poles as if it were a new installation. Consider this work subsidiary to this Item. Consider all fittings, brackets, and junction boxes necessary to complete the installations subsidiary to the pertinent Items. ITEM 620 -ELECTRICAL CONDUCTORS Test each wire of each cable or conductor after installation. Incomplete circuits or damage to the wire or the cable are cause for immediate rejection of the entire cable at no expense to the City. Also test the replacement cable after installation. When pulling cables or conductors through the conduit, do not exceed the manufacturer's recommended pulling tensions. Lubricate the cables or conductors with a lubricant recommended by the cable manufacturer. Ensure that circuits test clear of faults, grounds and open circuits. Split bolt connectors are allowed only for splices on the grounding conductors. For both transformer and shoe-base type illumination poles, provide double-pole breakaway fuse holder from manufacturers pre-qualified by the Traffic Operations Division. Fuse holder is shown on the producer list under Items 610 &620. General Notes Sheet 0 Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson _._. Provide 10 amp time delay fuses. Provide breakaway disconnects in all breakaway poles. For Flashing Beacons (Item 685) and Ped poles (Item 687) within the project provide single-pole breakaway disconnects. Use Bussman HEBW, Littelfuse LEB, Ferraz-Shawmut FEB, or equal on ungrounded conductors. For all grounded conductors use Bussman HET, Littelfuse LET, Ferraz-Shawmut FEBN, or equal. These breakaway connectors have a white colored marking and a permanently installed solid neutral. Clearly and permanently, mark "Illumination" on the Illumination Conductors installed in a Signal Mast-Arm Pole or Strain Pole. Make the marks easily visible from the hand hole. Identify the conductors as shown on the Electrical Details Standard Sheets when two or more conductors are present in one conduit or enclosure. Use identification tag with two plastic straps. 0", Each tag will indicate circuit number, letter, or other identification as shown on the plans. Bond grounding conductors, which share the same conduit,junction box or structures,together at every accessible point, in accordance with the Electrical Detail Standard Sheets and the latest edition of the National Electrical Code (NEC). All wiring will be in accordance with the National Electrical Code (NEC) and the appropriate Department standard sheets. ITEM 624—GROUND BOXES The ground box locations are approximate. Alternate ground box locations may be used as directed, to avoid placing in sidewalks or driveways. During construction and until project completion,provide personnel and equipment necessary to remove ground box lids for inspection. Provide this assistance within 24 hours after notification. ---. Properly ground existing metal ground box covers, i.e., with properly grounded lids and with the system ground to a ground rod installed in the ground box. Perform this work in accordance with the latest standard sheet ED (3), B. Construction Methods- #4, #5, and#6. Costs for material and labor are subsidiary to Item 624. Construct concrete aprons in accordance with the latest standard sheet ED (3). Make the depth of the concrete apron the same as the depth of the ground box. ITEM 666,& 672 Notify the Engineer at least 24 hours in advance of removing existing striping and placing pavement markings &markers. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor's option, when inclement weather is impending, and the markings are damaged by subsequent precipitation, the Contractor is responsible for all costs associated with replacing the markings if required. x-- General Notes Sheet P Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson Unless the new striping design differs from the existing striping location, place the new striping to match existing striping. Any methods, street markings and signage necessary for warning motorists, warning pedestrians or diverting traffic during construction shall conform to the Texas Manual of Uniform Traffic Control Devices for Streets and Highways, latest edition. ITEM 666-REFLECTORIZED PAVEMENT MARKINGS Ensure that Type II pavement markings have been applied to final course HMACP before the workers leave the project, for that particular days work, as directed. --. Use Type III glass beads for Thermoplastic pavement markings. Use a thickness of 0.090 inches (90 mil) for all Thermoplastic pavement markings, measured to the top of the thermoplastic, not including the exposed glass beads. Place pavement markings under these items with details shown on the plans, in accordance with the latest "Texas Manual on Uniform Traffic Control Devices" or as directed. ITEM 672 -RAISED PAVEMENT MARKERS Place the bituminous adhesive at a temperature range of 380°F to 390°F. Place the pavement marker on the bituminous adhesive approximately 20 seconds after the adhesive is placed on the --- pavement. Ensure the pavement marker rests solely on the adhesive and not the pavement surface. Ensure that a minimum of 1/8 in. layer of bituminous adhesive remains between the pavement marker and the pavement surface. ITEM 677-ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS Remove and dispose of, off the right of way, any existing raised pavement markings before beginning surfacing operations. Remove the existing traffic buttons and pavement markers, daily, as work progresses and as directed. Consider subsidiary to the pertinent Items. Grinding is not an acceptable method of stripe removal. Black paint will not be allowed, unless otherwise directed. Acceptable methods will be sand __. blasting(Blasting Method) or strip sealing (Surface Treatment Method). ITEM 682 —VEHICLE AND PEDESTRIAN SIGNAL HEADS Install signal head attachments so the wiring to each passes from the signal pole through the attachment hardware to the signal head. Refer to District Standard for more conductor attachment information. Attachment methods not shown on the district standard are to be approved by the Engineer before work begins. Use UV rated tie wraps. Ensure the signal heads are made of aluminum and are hooded and covered until the signal system is put into operation. General Notes Sheet Q Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson Each signal head will be one way with the proper number of sections shown on the plans. Each head color will be bright yellow (Federal Yellow #13538 of Federal Standard 595). The inside of the visors will have a flat black fmish. Installed traffic signal heads within the project will have backplates unless otherwise shown on the plans. Backplates will be black aluminum. Provide pedestrian signal head assemblies, which have a flush "egg-crated" or"Z" pattern visor for all lamps, and a one-piece reflector assembly for incandescent lamps only. Provide louvers, which have five (5) vanes with a black finish on inside surfaces when required within the project. Fasten a hardware cloth screen, securely, with%" or smaller mesh size to the front face of each louver to prevent entry by birds. Mount signal heads level and plumb as directed. Replace, at Contractor's expense, all burned out or defective lamps for a period of 4 weeks from the date of the initial turn on. At the end of this 4-week period, the Engineer will relieve the Contractor of any maintenance of this portion of the signal system. Use the four point mounting system (TY A) for signal heads, except in cases of skewed or vertical heads when(TY B)will be used. Place LED's at the proper angle with the ground. The wording "top"or the "up arrow" indicates the proper fixed alignment within the signal head. Hang the head parallel to the ground once attached and not angled down as with incandescent heads. Ensure the signal head to be level and within tolerances. LED's are designed to direct the indication towards the roadway surface. Variance in head leveling will cause the LED indication to appear dim during slight movement. Ensure each LED head to be properly leveled and sight tested before fmal acceptance. ITEM 684—TRAFFIC SIGNAL CABLES Leave at least 2 feet for each cable run in each pull box and leave at least 2 feet in each steel pole in addition to the required length for each separate cable. Provide an extra 5 feet of each conductor terminating in the controller cabinet. Ensure conductors are continuous without splice from terminal point to terminal point or as directed. Do not use wire nuts. Provide a separate multi-conductor signal cable (14 AWG) inside pedestal poles and mast-arm signal poles from the terminal strip to each signal head as shown on the plans. ITEM 685 -ROADSIDE FLASHING BEACON ASSEMBLY Provide, assemble, and install all components (including signs) for the Roadway Flashing Beacon Assemblies as directed within this project. Provide a fully operational flashing beacon assembly. ITEM 686-TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) tak, Install air wings on all mast arms of 30 feet and over. Consider the cost for the provision and installation of air wings as subsidiary to the various bid Items found within this project. General Notes Sheet R Project: Round Rock Avenue at North Lake Creek Drive Greenlawn Blvd at Pflugerville Parkway County: Williamson Provide double nuts on top and bottom of the base plate as shown on the standards. Provide signal pole assemblies as shown on plans. Luminaire lamps and the installation of the arms and lamps are considered subsidiary to the pertinent items. When luminaires are to be installed on mast arm poles, provide a separate terminal strip in the signal pole access compartment. The terminal strip shall be a 4-circuit Buchanan-Type 104SN, Kulka-Type 985-GP-4 CU,or equivalent. Provide a 10-amp time-delay fuse for traffic signal poles onto which luminaires are to be installed. Place the fuse in the fuse block indicated within note#4 found on State standard MA- D-07. ITEM 687-PEDESTAL POLE ASSEMBLIES ---- Furnish and install pedestal pole assemblies as shown on plans. Furnish all other materials, tools, and labor required to provide a completed installation in accordance with the plans and specifications. Furnished materials provided by the Contractor will be new undepreciated stock. ITEM 688-PEDESTRIAN DETECTORS AND VEHICLE LOOP DETECTORS Test all loops in accordance with the FHWA loop detector handbook. Stage operations such that loops at the Traffic Signals are placed to Final Paving Operations' alignments. Place loop elevations to a depth of four inches below fmish elevation. Pedestrian push buttons will be mounted at a height of 3'-6" (42") above the sidewalk or landing and will be of the type that have permanent-type signs within the detector unit (9" x 12" sign & push button station on Signal Poles and 5" x 7" sign &push button station on Pedestrian Poles), which explains their purpose and indicates which crosswalk signal is actuated. Repair or replace any push button detector, which proves to be inoperable for a period of 4 weeks from the initial flash turn on date. At the end of this 4-week period, the Engineer will relieve the Contractor of any maintenance of this portion of the signal system. Pedestrian Push buttons will be of substantial tamper proof construction. The push button will be ADA and TS 2 compliant. The push button will have a powder coated aluminum bezel with stainless steel actuator. The push button will utilize a momentary contact solid-state switching - - mechanism rated for 20 X 106 operations. The push button will provide visual and audible feedback to the pedestrian. The low movement push button will be functional in icing conditions. All fastening hardware will be stainless steel. The audible feedback will be solely a confirmation chirp,be able to be turned on and off, and not conflict with any ADA issues. General Notes Sheet S CITY OF ROUND ROCK GOVERNING SPECIFICATIONS (STANDARD SPECIFICATIONS,SPECIAL PROVISIONS,AND SPECIAL SPECIFICATIONS) WHERE DISCREPENCIES OCCUR BETWEEN THE VARIOUS GOVERNING SPECIFICATIONS,THE SPECIAL PROVISIONS SHALL GOVERN OVER BOTH STANDARD SPECIFICATIONS AND SPECIAL ,.., SPECIFICATIONS. ALL SPECIFICATIONS AND SPECIAL PROVISIONS APPLICABLE TO THIS PROJECT ARE IDENTIFIED AS FOLLOWS: STANDARD SPECIFICATIONS: ADOPTED BY THE TEXAS DEPARTMENT OF TRANSPORTATION JUNE 1,2004.STANDARD SPECIFICATIONS ARE INCORPORATED INTO THE CONTRACT BY REFERENCE. WHEREVER,IN TIC TXDOT STANDARD SPECIFICATIONS,REFERENCE IS MADE TO THE STATE OF TEXAS,THE DEPARTMENT AND ITS REPRESENTATIVES,SUCH REFERENCE SHALL BE TAKEN TO MEAN THE CITY OF ROUND ROCK AND ITS REPRESENTATIVES. ITEM 416 DRILLED SHAFT FOiJNDATIONS(420)(421)(440)(448) ITEM 500 MOBILIZATION ITEM 502 BARRICADES, SIGNS,AND TRAFFIC HANDLING ITEM 531 SIDEWALKS(104)(360)(420)(421)(440)(530) ITEM 536 CONCRETE MEDIANS AND DIRECTIONAL ISLANDS(420)(421)(440)(529) '•. ITEM 618 CONDUIT(400)(445)(476)(622) ITEM 620 ELECTRICAL CONDUCTORS(628) ITEM 624 GROUND BOXES(421)(440) ITEM 628 ELECTRICAL SERVICES(441)(445)(449)(618)(620)(627)(656) ITEM 666 REFLECTORIZED PAVEMENT MARKINGS(316)(318)(662)(677)(678) ITEM 680 INSTALLATION OF HIGHWAY TRAFFIC SIGNALS(416)(610)(618)(620)(624)(625) (627)(628)(634)(636)(656)(682)(684)(686)(688) ITEM 682 VEHICLE AND PEDESTRIAN SIGNAL HEADS ,.., ITEM 684 TRAFFIC SIGNAL CABLES ITEM 686 'TRAFFIC SIGNAL POLE ASSEMBLIES(STEEL)(416)(421)(441)(442)(445)(449) ITEM 687 PEDESTAL POLE ASSEMBLIES(445)(449)(656)(682) SPECIAL SPECIFICATIONS: THE CONTENT OF THE SPECIAL SPECIFICATIONS IS INCLUDED ._. ON THE FOLLOWING PAGES. ITEM 6266 VIDEO IMAGING VEHICLE DETECTION SYSTEM ITEM 8116 ETHERNET CABLE AND CONNECTORS ITEM 8835 ACCESSIBLE PEDESTRIAN SIGNAL iJNITS(618)(624)(682)(684)(688) ITEM XXXX HARDENED ETHERNET SWITCH SPECIAL PROVISIONS: THE CONTENT OF THE SPECIAL PROVISIONS IS INCLUDED ON THE FOLLOWING PAGES. SPECIAL PROVISION TO ITEM 416 (416- -001) SPECIAL PROVISION TO ITEM 500 (500---01 1) SPECIAL PROVISION TO ITEM 502 (502- -033) SPECIAL PROVISION TO ITEM 620 (620---001) SPECIAL PROVISION TO ITEM 624 (624---014) SPECIAL PROVISION TO TEEM 628 (628---003) SPECIAL PROVISION TO ITEM 682 (682---003) SPECIAL PROVISION TO ITEM 687 (687---005) SPECIAL PROVISION TO ITEM 6266 (6266---017) GOVERNING SPECIFICATIONS 01000-1 GENERAL: THE ABOVE-LISTED SPECIFICATION ITEMS ARE THOSE UNDER WHICH PAYMENT IS TO BE MADE. THESE,TOGETHER WITH SUCH OTHER PERTINENT ITEMS,IF ANY,AS MAY BE REFERRED TO IN THE ABOVE-LISTED SPECIFICATION ITEMS,AND INCLUDING THE SPECIAL PROVISIONS AND SPECIAL SPECIFICATIONS LISTED ABOVE,CONSTITUTE THE COMPLETE SPECIFICATIONS FOR THIS PROJECT. taw, GOVERNING SPECIFICATIONS 01000-2 2004 Specifications SPECIAL SPECIFICATION 6266 Video Imaging Vehicle Detection System 1. Description. Install a Video Imaging Vehicle Detection System (VIVDS)that monitors vehicles on a roadway via processing of video images and provides detector outputs to a traffic controller or similar device. A VIVDS configuration for a single intersection will consist of 4 variable focal length cameras, VIVDS card rack processor system, and all associated equipment required to setup and operate in a field environment including a video monitor and/or laptop(if required), connectors and camera mounting hardware. The system is composed of these principal items: the camera(s),the field communications link between the camera and the VIVDS processor unit, and the VIVDS processor unit along with a PC,video monitor or associated equipment required to setup the VIVDS and central control software to communicate to the VIVDS processor. The VIVDS Card Rack Processor must be either NEMA TS 2 TYPE 1 or TYPE 2. TYPE 2 must have RS 485 SDLC. 2. Definitions. A. VIVDS Processor Unit. The electronic unit that converts the video image provided by the cameras, generates vehicle detections for defined zones and collects vehicular data as specified. B. VIVDS Processor System. One or more VIVDS processor modular units required to handle the number of camera inputs. C. Central Control. A remotely located control center,which communicates with the VIVDS. The VIVDS operator at the central control has the ability to monitor the operation and modify detector placement and configuration parameters. The equipment that constitutes central control is comprised of a workstation microcomputer along with the associated peripherals as described in this special specification. D. Field Setup Computer. A portable microcomputer used to set up and monitor the operation of the VIVDS processor unit. If required to interface with the VIVDS processor unit, the field setup computer with the associated peripherals described in this special specification and a video monitor, also described in this special specification, must be supplied as part of the VIVDS. E. Field Communications Link. The communications connection between the camera and the VIVDS processor unit. The primary communications link media may be coaxial cable or fiber optic cable. 1-10 6266 09-05 F. Remote Communications Link. The communications connection between the VIVDS processor unit and the central control. G. Camera Assembly. The complete camera or optical device assembly used to collect the visual image. The camera assembly consists of a charged coupled device (CCD) camera, environmental enclosure, sun shield,temperature control mechanism, and all necessary mounting hardware. r•, H. Occlusion. The phenomenon when a vehicle passes through the detection zone but the view from the sensor is obstructed by another vehicle. This type of occlusion results in _-- the vehicle not being detected by the sensor. Or When a vehicle in one lane passes through the detection zone of an adjacent lane. This type of occlusion can result in the same vehicle being counted in more than one lane. I. Detection Zone. The detection zone is a line or area selected through the VIVDS processor unit that when occupied by a vehicle, sends a vehicle detection to the traffic controller or freeway management system. J. Detection Accuracy. The measure of the basic operation of a detection system(shows --- detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). --- K. Live Video. Video being viewed or processed at 30 frames per second. L. Lux. The measure of light intensity at which a camera may operate. A unit of - - illumination equal to one lumen per square meter or to the illumination of a surface uniformly one meter distant from a point source of one candle. --- M. Video Monitor. As a minimum must be a 9-in. black and white monitor with BNC connectors for video in and out. /.0k, 3. Functional Capabilities. The system software must be able to detect either approaching or departing vehicles in multiple traffic lanes. A minimum of 4 detector outputs per video processor module card and each card must have a minimum of 24 detection zones. Each zone and output must be user definable through interactive graphics by placing lines and/or boxes in an image on a video or VGA monitor. The user must be able to redefine previously defined detection zones. The VNDS must provide real time vehicle detection(within 112 milliseconds(ms) of --- vehicle arrival). The VIVDS processor unit must be capable of simultaneously processing information from various video sources, including CCTV video image sensors and video tape players. The video sources may be, but are not required to be, synchronized or line-locked. The video must be processed at a rate of 30 times per second by the VIVDS processor unit. 2-10 6266 ,,h 09-05 (-, ,�•, The system must be able to detect the presence of vehicles in a minimum of 12 detection zones within the combined field of view of all cameras(a minimum of 12 detection zones per camera input to the VIVDS processor unit). Detection zones must be provided that are sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The VIVDS processor unit must compensate for minor camera movement(up to 2%of the field of view at 400 ft.)without falsely detecting vehicles. The camera movement must be measured on the unprocessed video input to the VIVDS processor unit. The camera must operate while directly connected to VIVDS Processor Unit. LL Once the detector configuration has been downloaded or saved into the VIVDS processor unit,the video detection system must operate with the monitoring equipment(monitor and/or laptop) disconnected or on-line. When the monitoring equipment is directly connected to the VIVDS processor unit, it must be possible to view vehicle detections in real time as they occur on the field setup r•, computer's color VGA display or the video monitor. 4. Vehicle Detection. A. Detection Zone Placement. The video detection system must provide flexible detection zone placement anywhere within the combined field of view of the image sensors. ---- Preferred presence detector configurations must be lines or boxes placed across lanes of traffic or lines placed in line with lanes of traffic. A single detector must be able to replace one or more conventional detector loops. Detection zones must be able to be fully overlapped. In addition, detection zones must have the capability of implementing "AND"and"OR" logical functions including presence, extension and delay timing. These logical functions may be excluded if provisions are made to bring each detector separately into the controller and the controller can provide these functions. B. Detection Zone Programming. Placement of detection zones must be by means of a graphical interface using the video image of the roadway. The monitor must show images of the detection zones superimposed on the video image of traffic while the VNDS processor is running. ---- The detection zones must be created by using the mouse or keypad to draw detection zones on the monitor. The detection zones must be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. It must be possible to upload detector configurations to the VIVDS processor unit and to retrieve the detector --- configuration that is currently running in the VIVDS processor unit. The mouse or keypad must be used to edit previously defined detector configurations so as to fine tune the detection zone placement size and shape. Once a detection configuration has been created,the system must provide a graphic display of the new configuration on its monitor. While this fine-tuning is being done,the detection must continue to operate from the detector configuration that is currently called. 3-10 6266 09-05 4.0k, When a vehicle occupies a detection zone,the detection zone on the live video must indicate the presence of a vehicle,thereby verifying proper operation of the detection system. With the absence of video,the card must have an LED that will indicate proper operation of the detection zones. Detection zones must be provided that is sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The vehicle detection zone should not activate if a vehicle traveling any direction other than the one specified for detection occupies the detection zone. Cross-street and wrong way traffic should not cause a detection. C. Design Field of View. The video detection system must reliably detect vehicle presence in the design field of view. The design field of view must be defined as the sensor view when the image sensor is mounted 24 ft. or higher above the roadway,when the camera is adjacent(within 15 ft.)to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than 10 times the mounting height of the image sensor. Within this design field of view,the VIVDS processor unit must be capable of setting up a single detection zone for point detection(equivalent to the operation of a 6 ft. by 6 ft. inductive loop). A single camera,placed at the proper mounting height with the proper lens,must be able to monitor up to and including 5 traffic lanes simultaneously. D. Detection Performance. Detection accuracy of the video detection system must be comparable to properly operating inductive loops. Detection accuracy must include the presence of any vehicle in the defined detection zone regardless of the lane, which the vehicle is occupying. Occlusion produced by vehicles in the same or adjacent lanes must not be considered a failure of the VIVDS processor unit,but a limitation of the camera placement. Detection accuracy (a minimum of 95%)must be enforced for the entire design field of view on a lane by lane and on a time period basis. When specified in the plans, furnish up to 24 continuous hours of recorded video of all installed intersection cameras within the 30 day test period for verification of proper camera placement, field of view, focus, detection zone placement,processor setup and operation. The video from each camera must show vehicle detections for all zones. E. Equipment failure, either camera or VIVDS processor unit, must result in constant vehicle detection on affected detection zones. 5. VIVDS Processor Unit. A. Cabinet Mounting- The VIVDS processor unit must be rack mountable. B. Environmental Requirements - The VIVDS processor unit must be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. It must meet the environmental requirements set forth by the latest NEMA(National Electrical Manufacturers Association) TS1 and TS2 standards as well as the environmental requirements for Type 170, Type 179 and 2070 controllers. Operating temperature must be from -30°F to+165°F at 0%to 95%relative humidity, non condensing. C. Electrical -The VIVDS must have a modular electrical design. 4-10 6266 09-05 The VIVDS must operate within a range of 89 to 135 VAC, 60 Hz single phase. Power to the VIVDS must be from the transient protected side of the AC power distribution system in the traffic control cabinet in which the VIVDS is installed. Serial communications to the field setup computer must be through an RS 232, USB or Ethernet port. This port must be able to download the real time detection information needed to show detector actuations. A connector on the front of the VIVDS processor unit must be used for serial communications. The unit must be equipped with RS 170 (monochrome) or RS170A (color) composite video inputs video inputs, so that signals from image sensors or other synchronous or asynchronous video sources can be processed in real time. BNC connectors on the front of the VIVDS processor unit or video patch panel must be used for all video inputs. The unit must be equipped with a single RS 170 composite video output. This output must be capable of corresponding to any one of the video inputs, as selected remotely via the field setup computer or front panel switch. Multiple video outputs requiring external cable connections to create a combined single video output must not be acceptable. A BNC or RCA connector must be used for video output on the front of the processor unit.Any other video formats used must prior approval by TxDOT TRF Signal Operation Engineer. Software upgrades and/or changes MUST be presented to and approved by TXDOT TRF-TM division, before being used. Failure to do so will be grounds for termination of contract and probation for responsible party(s). The unit software and the supervisor software must include diagnostic software to allow testing the VIVDS functions. This must include the capability to set and clear individual detector outputs and display the status of inputs to enable setup and troubleshooting in the field. 6. Camera Assembly. A. Camera. The video detection system must use medium resolution, monochrome image sensors as the video source for real time vehicle detection. The cameras must be approved for use with the VIVDS processor unit by the supplier of the VIVDS. As a minimum, each camera must provide the following capabilities: 1. Images must be produced with a Charge Coupled Device (CCD) sensing element with horizontal resolution of at least 480 lines for black and white or 470 lines for color and vertical resolution of at least 350 lines for black and white or color. Images must be output as a video signal conforming to RS170. 2. Useable video and resolvable features in the video image must be produced when those features have luminance levels as low as 0.1 lux for black and white, and as low as 1.0 lux for color, for night use. 3. Useable video and resolvable features in the video image must be produced when those features have luminance levels as high as 10,000 lux during the day. 5-10 6266 09-05 404, 401111%, 4. The camera must include an electronic shutter or auto-iris control based upon average scene luminance and must be equipped with an electronic shutter or auto- iris lens with variable focal length and variable focus that can be adjusted without opening up the camera housing to suit the site geometry. The variable focal length must be adjustable from 6 mm to 34 mm. B. Camera and Lens Assembly. The camera and lens assembly must be housed in an environmental enclosure that provides the following capabilities: 1. The enclosure must be waterproof and dust tight to the latest NEMA 4 specifications. 2. The enclosure must allow the camera to operate satisfactorily over an ambient 411111, temperature range from-30°F to+165°F while exposed to precipitation as well as direct sunlight. 3. The enclosure must allow the camera horizon to be rotated in the field during installation. 4. The enclosure must include a provision at the rear of the enclosure for connection of power and video signal cables fabricated at the factory. Input power to the environmental enclosure must be nominally 115 VAC 60 Hz. 5. A thermostatically controlled heater must be at the front of the enclosure to prevent the formation of ice and condensation, as well as to assure proper operation of the lens's iris mechanism. The heater must not interfere with the operation of the camera electronics, and it must not cause interference with the video signal. 6. The enclosure must be light colored or unfinished and must include a sun shield to minimize solar heating. The front edge of the sunshield must protrude beyond the front edge of the environmental enclosure and must include provision to divert water flow to the sides of the sunshield. The amount of overhang of the sun shield must be adjustable to block the view of the horizon to prevent direct sunlight from entering the lens. Any plastics used in the enclosure must include ultra violet inhibitors. 7. The total weight of the image sensor in the environmental enclosure with sunshield must be less than 10 lb. 8. When operating in the environmental enclosure with power and video signal cables connected,the image sensor must meet FCC class B requirements for electromagnetic interference emissions. The video output of the cameras must be isolated from earth ground. All video connections for the cameras to the video interface panel must also be isolated from earth ground. Use waterproof, quick disconnect connectors to the image sensor for both video and power. A camera interface panel capable of being mounted to sidewalls of a controller cabinet must be provided for protection of the VIVDS processor unit, camera video and power inputs/outputs. The panel must consist of, as a minimum, 4 Edco CX06 coax protectors, a 6-10 6266 09-05 oft, - - Edco ACP-340 for the cameras and VIVDS processor unit power,a 10 amp breaker, a convenience outlet protected the ACP-340 and a terminal strip with a minimum of sixteen 8- 32 binder head screws. The terminal strip must be protected by a piece of 1/8 in. Plexiglas. ,....., When the connection between the image sensor and the VIVDS processor unit is coaxial cable,the coaxial cable used must be a low loss, 75 ohm,precision video cable suited for outdoor installation, such as Belden 8281 or TxDOT approved equal. Camera mounting hardware must allow for vertical or horizontal mounting to the camera enclosure. Pelco AS-0166-4-62 or equivalent is acceptable. 7. Field Communication Link. The field communications link must be a one way communications connection from the camera to the equipment cabinet. The primary --- communications link media may be coaxial cable or fiber optic cable accompanied by a 3 conductor minimum 18 AWG, 24 VDC or 115 VAC camera power cable, or appropriate cable as approved. The following requirements must govern for the various types of field communications link media described on the plans: A. Coaxial Cable. In locations where the plans indicate coaxial cable is required as the primary communications link,this cable must be of the RG 59 type with a nominal oft, impedance of 75 ohms. All cable must have a polyethylene dielectric with copper braid shield having a minimum of 98 percent shield coverage and not greater than 0.78 dB attenuation per 100 ft. at 10 MHz with a minimum 18 AWG external 3 conductor power cable or approved equivalent as directed by the Engineer. B. Fiber Optic Cable. If specified by the plans, furnish fiber optic cable in accordance with the special specification for fiber optic cable. C. Twisted Wire Pairs. Must be Belden 9556 or equivalent 18 AWG TWP control cable. All connection cables must be continuous from the equipment cabinet to the camera. No splices of any type will be permitted. __. Install lightning and transient surge suppression devices on the processor side of the field communications link to protect the peripheral devices. The suppression devices must be all solid state. Lightning protection is not required for fiber optic communication lines. The devices must present high impedance to, and must not interfere with,the communications __. lines during normal operation. The suppression devices must not allow the peak voltage on any line to exceed 300%of the normal operating peak voltage at any time. The response time of the devices must not exceed 5 nanoseconds. 8. VIVDS Set-Up System. The minimum VIVDS set-up system, as needed for detector setup and viewing of vehicle detections, must consist of a field setup computer and Windows ow based interface software(if required) or a video monitor with interface software built-in to the VIVDS processor unit. Live video (30 frames per second)must be available on the field setup computer to determine proper operation of detectors. The field set-up computer as a minimum,must have an NTSC video input port or equivalent. 7-10 6266 09-05 If a field setup computer is required for system set-up, it must be supplied by the supplier of the VIVDS. The field setup computer must include all necessary cabling and a Windows based program to interface with the VIVDS processor unit. This software must provide an easy to use graphical user interface and support all models/versions of the supplied VIVDS. Live video with the detection overlaid is required for field verification of the system. 9. Temporary Use and Retesting. A. Temporary Use. When shown on the plans,the VIVDS equipment must be used to provide vehicle detection on a temporary basis. When the permanent vehicle detection system and related equipment are installed and made operational,the VIVDS equipment must be carefully removed and delivered to the location shown on the plans. B. State Retesting and Acceptance. Prior to acceptance, all VIVDS equipment may be retested by the State, even if the system was operating properly before removal. Repair or replace any equipment damaged during removal or transport and any equipment that does not meet the various test requirements. 10. Operation from Central Control. The central control must transmit and receive all information needed for detector setup, monitor the vehicle detection,view the vehicle traffic flow at a rate of 2 frames per second or greater for telephone, or 5 frames a second or greater for ISDN lines (as specified by the plans), and interrogate all required stored data. The remote communications link between the VIVDS processor unit and central control may be dial-up (telephone or ISDN lines) or dedicated twisted wire pair communications cable which may be accompanied with coaxial cable or fiber-optic cable, as shown on the plans. Communications with the central control must not interfere with the on-street detection of the VIVDS processor. Quality of the video at 2 frames per second rate must be such that the view with the traffic flow is clear and in focus. 11. Installation and Training. The supplier of the video detection system must supervise the installation and testing of the video and computer equipment. A factory certified representative from the supplier must be on site during installation. In the event that the field setup computer is furnished by TxDOT, such installation and testing must be done at the time that training is conducted. Provide up to 2 days of training to personnel of TxDOT in the operation, setup and maintenance of the video detection system. Provide instruction and materials for a maximum of 20 persons and conduct at a location selected by TxDOT. TxDOT will be responsible for any travel and room and board expenses for its own personnel. Instruction personnel are required to be certified by the equipment manufacturer. The User's Guide is not an adequate substitute for practical, classroom training and formal certification by an approved agency. Formal levels of factory authorized training are required for installers, contractors and system operators. All training must be certified by the manufacturer. 8-10 6266 09-05 12. Warranty,Maintenance and Support. The video detection system must be warranted to be free of defects in material and workmanship for a period of 5 years from date of shipment from the supplier's facility. During the warranty period,the supplier must repair with new or refurbished materials, or replace at no charge, any product containing a warranty defect provided the product is returned FOB to the supplier's factory or authorized repair site. Return product repair or replaced under warranty by the supplier with transportation prepaid. This warranty does not apply to products damaged by accident, improperly operated, abused, serviced by unauthorized personnel or unauthorized modification. During the warranty period,technical support must be available from the supplier via telephone within 4 hours of the time a call is made by a user, and this support must be available from factory certified personnel or factory certified installers. Ongoing software support by the supplier must include updates of the VIVDS processor unit and supervisor software (if a field setup computer is required for set up). Provide these updates free of charge during the warranty period. The update of the VIVDS software to be NTCIP compliant must be included. The supplier must maintain a program for technical support and software updates following expiration of the warranty period. Make this program available to TxDOT in the form of a separate agreement for continuing support. The supplier must maintain an ongoing program of technical support for the wireless camera system. This technical support must be available via telephone or personnel sent to the installation site. The supplier must maintain an adequate inventory of parts to support maintenance and repair of the camera system. 13. Measurement. The VIVDS will be measured as each major system component furnished, installed, made fully operational, and tested in accordance with this special specification or as directed by the Engineer. The VIVDS communication cable will be measured by the linear foot of the appropriate media type furnished, installed, made fully operational, and tested in accordance with this specification, other referenced Special Specifications or as directed by the Engineer. When the VIVDS is used on a temporary basis,the VIVDS must be measured as each system furnished, installed, made fully operational, including reconfiguration and removal if required by the plans, and tested in accordance with this special specification or as directed by the Engineer. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2, "Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. When recorded video is required by the plans it will be paid for by each camera recorded. 14. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for "VIVDS Processor System", "VIVDS Camera Assembly", "VIVDS Central Control", 9-10 6266 09-05 "VIVDS Set-up System", "VIVDS Temporary", "VIVDS Communication Cable (Coaxial)," "VIVDS Communication Cable (Fiber Optic)", "VIVDS Video Recording", and all accompanying software. These prices are full compensation for furnishing,placing, and testing all materials and equipment, and for all tools, labor, equipment,hardware, operational software package(s), supplies, support,personnel training, shop drawings, documentation, and incidentals. A 3-conductor power cable must be included with the communication cable. These prices also include any and all interfaces required for the field and remote communications links along with any associated peripheral equipment, including cables; all /4041., associated mounting hardware and associated field equipment;required for a complete and fully functional visual image vehicle detection system component. 10-10 6266 09-05 2004 Specifications CSJ 0002-01-080 /Aft, SPECIAL SPECIFICATION 8116 Ethernet Cable and Connectors 1. Description. Furnish, install,test, document, and warranty network cable and connectors as shown on the plans and as detailed in the Special Specifications. 2. Materials. A. Cable Type. Unshielded Twisted Pair(UTP) Category 5e. B. Electrical Requirements. 1. Cable Standard.Meets TIA/EIA 568-B cable standards 2. Maximum Frequency. Maximum frequency shall be 100 MHz+/- 15%. (a*, 3. Attenuation. Cable must not exceed an attenuation of 22 dB per 300 feet of cable at 100 MHz. 4. Velocity Factor. Velocity factor,reference to the free space electromagnetic wave propagation speed, must not be less than 74%of the free space velocity. 5. Impedance.Nominal impedance of the cable and connector must be 100 ohms. 6. Capacitance. Capacitance of the cable must not exceed 14 picofarads per foot of cable. 7. Power Sum Equal-Level Far End Crosstalk(PS-ELFEXT) 20.8 dB min at 100 MHz. 8. Near-End Crosstalk(NEXT) 35 dB min at 100 MHz. 9. Return Loss. 20.1 dB min at 100 MHz. C. Connectors. 1. Type and Manufacturer. Connectors must be of the model designated by the cable manufacturer for the cable supplied and provided by the same manufacturer. 2. Electrical. Termination connectors must be male RJ 45. Provide connectors and the cable supplied by the same manufacturer. Connectors must be a constant impedance type. Connectors must not contain any ferrous or other materials or design features which may lead to the generation of intermodulation products. 1-2 8116 06-08 Oft, 3. Mechanical. Connectors must be constructed to maintain the mechanical integrity of the cable within the nominal load limits of the cable. Connectors must prevent the entry and collection of moisture to the cable and electrical connection point. 3. Construction. .M, A. Installation. Install cable with the proper connectors,jumper cable and miscellaneous hardware where indicated on the plans,necessary to make the site for ready for testing and functional operation. Cable installation must be in accordance with the cable --- manufacturers installation instructions B. Testing. Terminate cable into a load impedance equal to the nominal impedance of the cable and a sweep return loss measurement must be made after installation at the site. Frequency range must be from 25 MHz to 100 MHz. Terminated cable must present a return loss of not less than(20 db+2 times the cable loss)at any frequency within the test range C. Documentation. Provide 2 copies of the certification sweep measurement of the cable. D. Warranty. Cable and connectors'warranty must be in accordance with Special Specification,"Testing, Training,Documentation,Final Acceptance, and Warranty". 4. Measurement. This Item will be measured by the foot of cable furnished, installed, spliced, connected, and tested. .... 5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" and will be paid for at the unit price bid for "Ethernet Cable Cat 5". This price will be full compensation for furnishing and installing all cable, for pulling through conduit or duct,testing, splicing, connecting,tagging and labeling, and for all materials, labor,tools, equipment, documentation, and incidentals. Aft, --. 2-2 8116 06-08 2004 Specifications 400,„ SPECIAL SPECIFICATION 8835 Accessible Pedestrian Signal Units 1. Description. Furnish and install accessible pedestrian signal (APS)units. 2. Materials. Furnish materials in accordance with the following: • Item 618, "Conduit" • Item 624, "Ground Boxes" • Item 682, "Vehicle and Pedestrian Signal Heads" • Item 684, "Traffic Signal Cables." • Item 688, "Pedestrian Detectors and Vehicle Loop Detectors." Provide a 2-piece cast aluminum housing unit consisting of a base housing and a removable cover. Ensure the internal components provide a pushbutton with all the electrical and mechanical parts required for operation. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. Supply adapters of the same material and construction as the housing. Close unused openings with a weather-tight closure painted to match the housing. Provide a minimum 0.5 inch hole with an insulating bushing through the back of the housing. oft, Ensure the manufacturers name or trademark is located on the housing. The APS pushbutton shall be a solid state switch rated for at least 1 million operations. Ensure APS complies with US Access Board's "Draft Guidelines for Accessible Public Rights of Way" (PROWAG) Section R306. In addition, ensure that the APS complies with and provides operation consistent with requirements of Sections 4E.09 through 4E.13 of the 2009 Edition of the Federal Highway Administration publication Manual on Uniform Traffic Control Devices. Supply an APS (pushbutton station) that includes a pedestrian sign, a pushbutton, vibrotactile arrow and an audible speaker contained in one unit and with the following features: • Vibrating tactile arrow with high visual contrast. • Pushbutton locator tone with a duration of 0.15 seconds or less, repeating at 1-second intervals. The pushbutton locator tones must deactivate when the traffic control signal is operating in a flashing mode. 1-4 8835 11-11 raft, The locator tones must be intensity responsive to ambient sound and be audible (a maximum of 5 dBA louder than ambient sound) up to 6 to12 feet from the pushbutton or to the building line whichever is less. • Speech walk message for the WALKING PERSON (symbolizing WALK) indication. • Speech pushbutton information message. • Unless plans require otherwise, provide each pushbutton station with a 9" X 15" sign. Use sheet aluminum with minimum thickness of 0.080 in. for information signs for push buttons. • Audible tone walk indications — consisting of ticks repeating at 8 to 10 times per second at multiple frequencies with a dominant component at 880 Hz ± 20%. It must provide an audible walk indication during the walk interval only. The audible walk indication must be from the beginning of the associated pedestrian walk phase and must have the same duration as the pedestrian walk signal except it must be possible to limit the accessible walk indication to the first 7 seconds of the walk interval when the pedestrian signal rests in walk. When the accessible walk indication is limited during rest in walk a button press during the walk interval must recall the walk interval provided the crossing time remaining is greater than the pedestrian change interval. • Automatic volume adjustment in response to ambient traffic sound level provided up to a maximum volume of 100 dBA. Tone or voice volume measured at 3 ft from the pushbutton station shall be 2 dB minimum and 5 dB maximum above ambient noise level and shall be responsive to ambient noise level changes. • The pushbutton must be Americans with Disabilities Act compliant and activate both the walk interval and accessible pedestrian signal. • Actuation indicator-tone and light. • Extended button press which can be used to request a louder WALK signal and locator tone for subsequent clearance interval. • Weather-resistant speaker protected by a vandal resistant screen. • Capable of operating at, as a minimum, up to 1000 ft (AWG#12) cable run from signal cabinet • Pushbutton station and Central control unit shall be rated for the following temperature range: Pushbutton station: -30°F to +155°F. Central Control Unit: -30°F to+165°F • APS units shall be operationally compatible with TS1, TS2, 170 and 2070 controllers and cabinet assemblies, currently used by the Department and any other Texas government entities. In the case of conflicts between specifications, the latest Department specifications will control. 2-4 8835 1 1-1 1 Aft, Unless specified otherwise in the plans, supply a central control unit (CCU) for the pushbutton stations that resides in the Traffic Signal Controller Cabinet. Provide a CCU capable of controlling up to 4 pedestrian phases and 12 Pushbutton stations. Ensure that all inputs and outputs on the CCU have Transient Voltage Protection. If plans specify that the APS will require no additional space or wiring in the cabinet, provide one control unit per push button station capable of mounting in the pedestrian signal housing. If a special device or software is required to configure the APS operation, provide a Ank, minimum of one device or copy of software per signal cabinet along with any required connectors, unless required otherwise by the plans. Provide any wiring harnesses, connectors, interface cables, terminal blocks, etc. required for connecting the pushbutton station or CCU to the traffic signal controller assembly and making the Pushbutton stations operational. Aft, 3. Construction. Unless specified otherwise, wire the APS to the nearest splicing point or terminal strip using stranded No. 12 AWG XHHW wire with 600-volt insulation. Do not use Afth, terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the Engineer. All allowed splices must be watertight. Attach wires to terminal posts with solderless terminals. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. Remove any burrs or rough edges on any holes drilled for wire entry to APS pushbuttons. Ensure pushbutton stations are mounted at the proper height and orientation. Provide a neat workmanship in the installation of any wiring harnesses, control units, wiring panels, push button stations. Follow manufacturer's recommendations regarding installation and weatherproofing. 4. Documentation Requirements. Each APS shall be provided with the following documentation: • Complete and accurate installation wiring guide. • Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. 416, • If requested supply schematics for all electronics. One schematic diagram shall be provided for pushbutton stations, panels, central control units or control units, along with any necessary installation instructions. 5. Warranty The APS unit shall be warranted against any failure due to workmanship, material defects or intensity within the first 60 months of field operation. APS unit shall operate as required above after 60 months of continuous use over the temperature range of- 30°F to +165°F in a traffic signal operation. The contractor shall provide a written manufacturer warranty against defects in materials and workmanship for APS unit for a period of 60 months after installation. Replacement of APS units shall be provided within 5 days after receipt of failed module(s) at no cost to the Department, except the cost of shipping the failed modules. 3-4 8835 11-11 6. Measurement. This Item will be measured by each APS pushbutton station installed. 7. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Accessible Pedestrian Signal Units" of the type specified. This price is full compensation for furnishing, installing, and testing the detectors, including mounting hardware, pushbutton stations, central control units, wiring harnesses, and configuration devices or software. The 2 conductor cable from the signal cabinet to the pushbutton station shall be paid for under Item 684, "Traffic Signal Cables". The sign attached to the APS unit will not be measured or paid for directly but will be subsidiary to this Item. 4-4 8835 11-11 2004 Specifications SPECIAL SPECIFICATION ITEM XXXX Hardened Ethernet Switch 1. Description. Furnish and install Hardened Ethernet Switch(HES) at designated locations as shown on the plans, as detailed in accordance with these specifications, and as directed. Provide all HES from the same manufacturer. 2. Materials. A. General Requirements. Provide all new equipment in strict accordance with the details shown on the plans and in the specifications. Provide a high-performance, modular hardened ethernet switch to support standard Ethernet, and Fast Ethernet connectivity. Ensure dedicated bandwidth to the desktop and guarantees that each end-user receives a full 10 or 100 Mbps connection, as configured, enabling applications to operate reliably, and with low latency. Include licenses for all equipment, where required, for any software or hardware in the system. B. Adherence To Standards. Furnish, assemble, fabricate, or install HES under this item that is in compliance with the following: 1. IEEE 802.3, 802.3u, 10BASE-T, 100BASE-TX, 100BASE-FX. 2. Auto-sensing for speed: IEEE 802.3u 3. UL, cUL, FCC and CE. C. Functional Requirements. 1. Physical Design Requirements. Ensure HES physical design conforms to the following requirements: a. For HES Type 1 provide two built-in 100 MB full-duplex switched multi- mode fiber ports, coupled with six switched 10/100 MB copper(RJ 45)ports all in one compact rugged unit. For HES Type 2 provide two built-in 100 MB full-duplex switched single- mode fiber ports, coupled with six switched 10/100 MB copper(RJ 45)ports all in one compact rugged unit. b. Ensure daisy-chainable for a fiber optic Ethernet network. c. Designed to operate in abnormal temperature applications, and are suitable for use in harsh environments with inhospitable high how temperatures. 1-5 d. Ease to install and use. Addresses of attached nodes are automatically learned and maintained, adapting the switching services to network changes and expansions. e. Ensure plug-and play installation, and operation is transparent to software. ealk, f. Ensure unit has high-strength 18-gauge steel enclosure to seal out insects, dirt, smoke, and other contaminants. Ensure steel enclosure operates as heat sinks, drawing heat away from internal components. g. Identify clearly all modules and assemblies with name, model number, serial number, or any other pertinent information required to facilitate equipment maintenance. 2. Electrical and Mechanical Requirements. Provide the following functionality and features: a. Ports Performance: (1) Fiber, and when an auto-negotiating port is operating at 100 Mbps: Data Rate: 100 Mbps. (2) RJ-45 auto-negotiating port is operating at 10 Mbps: Data Rate: 10 Mbps. b. Packet-Processing Between Domains: (1) Filtering and forwarding rate from 100 Mbps ports: 148,800 pps max. (2) Filtering and forwarding rate from 10 Mbps ports: 14,880 pps max. (3) Processing type: store and forward. (4) Auto-learning: 16K address table, shared for all traffic domains. (5) Packet buffers: 1.0 Mb, dynamically shared on all domains. (6) Latency(not include packet time): 100 to 10 Mbps and 10 to 100: < 15 microsecond. c. Path Delay Value: (1) 50 BT on all ports. d. Network Cable Connectors: (1) Six RJ-45 shielded female ports. (2) Two fiber ports. For HES Type 1 provide multi-mode. For HES Type 2 provide single-mode. (3) 100 Mbps: Category 5 UTP/STP; Fiber: 62.5/125 micron multimode fiber with SC connectors for HES Type 1. (8.0-8.3)/125 micron singlemode fiber with SC connectors for HES Type 2. (4) 10 Mbps: Category 3, 4, 5 UTP (Auto-sensing) e. Full-duplex!Half-duplex on copper(RJ-45) switched ports: (1) All the RJ-45 ports support full/half duplex and 10/100 speed, each independently auto-negotiating. (2) The switched fiber ports shall be fixed at full-duplex only, 100 MB speed. f. Mean Time Between Failure: > 10 years. 2-5 g. LED Indicators: One LED for power,three LEDs per port for speed, link activity, full- or half-duplex. h. Power Requirements. . The Hardened Ethernet Switch furnished, assembled, fabricated, or installed under this Item shall meet all of its specified requirements when the input power is 115 VAC± 10%, 60±3 Hz. (1) Power Supply(External)AC Power Supply: AC power connector: IEC-type, male recessed at rear of power supply chassis. Input Voltage: 85 to 260 VAC (auto-ranging) Input Frequency: 47 to 63 Hz(auto-ranging) Power Consumption: 15 watts typical. Power Supply Rating: 3 amps at 5 VDC. --- Input Fuse for overload and short protection. 3 AG type, 0.5 amp. __. Power Capacity: 15 watts output, 70%min efficiency. Surge Protection: Over 150 joules, with clamping at 800V 50A min. Operating Shock and Vibration: Meets Bellcore GR-63-CoreSections -- 4.4.1 and 4.4.3. Provide equipment operations that are not affected by the transient voltages, surges and sags normally experienced on commercial power lines. Check the local power service to determine if any special design is needed for the equipment. The extra cost, if required, must be included in the bid of this item. (2) Wiring. Provide wiring that meets the requirements of the National Electric Code. Provide wires that are cut to proper length before assembly. Provide cable slacks to facilitate removal and replacement of assemblies, panels, and modules. Do not doubled-back wire to take up slack. Lace wires neatly into cable with nylon lacing or plastic straps. Secure cables with clamps. Provide service loops at connections. (3) Transient Suppression. Provide DC relays, solenoids and holding coils that have diodes or other protective devices across the coils for transient suppression. (4) Power Service Protection. Provide equipment that contains readily accessible, manually resettable or replaceable circuit protection devices --- (such as circuit breakers or fuses) for equipment and power source protection. Provide and size circuit breakers or fuses such that no wire, component, connector, PC board or assembly must be subjected to sustained current in excess of their respective design limits upon the failure of any single circuit element or wiring. (5) Fail Safe Provision. Provide equipment that is designed such that the failures of the equipment must not cause the failure of any other unit of �••, equipment. __. 3-5 i. Mechanical Requirements. Ensure the dimensions are 9 in. H X 6 in.W X 2 in.D maximum and weigh 4 lb. maximum and the enclosure is made of rugged 18-gauge high-strength steel case. Include metal mounting plate. Ensure the unit is suitable for stand-alone, shelf, pedestal or wall mounting. /411k, Coat printed circuit boards with a clear-coat moisture and fungus resistant material(conformal coating). (1) Modular Design. Provide equipment that is modular in design to allow major portions to be readily replaced in the field. Ensure modules of unlike functions are mechanically keyed to prevent insertion into the wrong socket or connector. Identify modules and assemblies clearly with name, model number, serial number and any other pertinent information required to facilitate equipment maintenance. (2) Connectors and Harnesses. Provide external connections made by means of connectors. Provide connectors that are keyed to preclude improper hookups. Color code and/or appropriately mark wires to and from the connectors. Provide connecting harnesses of appropriate length and terminated with matching connectors for interconnection with the communications system equipment. Provide pins and mating connectors that are plated to improve conductivity and resist corrosion. Cover connectors utilizing solder type connections by a piece of heat shrink tubing securely shrunk to insure that it protects the connection. Ensure patch fibers with mixed connectors are uniquely color coded for easy identification. (3) Environmental Requirements. Provide all equipment capable to meet the uncontrolled environmental operations characterized by a temperature range of-40°C (-40°F)to +70°C (160°F) and a humidity range of 10% to 95% (non-condensing). 3. Construction. A. General. Provide equipment that utilizes the latest available techniques for design and construction with a minimum number of parts, subassemblies, circuits, cards, and modules to maximize standardization and commonality. Design the equipment for ease of maintenance. Provide component parts that are readily accessible for inspection and maintenance. Provide test points that are for checking essential voltages and waveforms. B. Electronic Components. Provide electronic components in accordance with Special Specification, "Electronic Components". 4-5 oft, C. Mechanical Components. Provide external screws, nuts and locking washers that are stainless steel; no self-tapping screws will be used. Provide parts made of corrosion resistant material, such as plastic, stainless steel, anodized aluminum or brass. Protect materials from fungus growth and moisture deterioration. Separate dissimilar metals by an inert dielectric material. D. Documentation Requirements. Provide documentation in accordance with Article 4, /Aft, Special Specification, "Testing, Training, Documentation, Final Acceptance, and Warranty". E. Testing. Perform testing in accordance with Article 2, Special Specification, "Testing, Training, Documentation, Final Acceptance, and Warranty." F. Experience Requirements. The Contractor or designated subcontractors involved in the installation and testing of the Ethernet equipment shall, as a minimum, meet the following requirements: Three years experience in the installation Ethernet equipment. Two installed systems where Ethernet switches are installed and the systems have been in continuously satisfactory operation for at least 2 year. The Contractor shall submit as proof, photographs or other supporting documents, and the names, addresses and telephone numbers of the operating personnel who can be contacted regarding the system. Provide necessary documentation of subcontractor qualifications pursuant to contract award. G. Technical Assistance. Ensure that a manufacturer's technical representative is available on site to assist the Contractor's technical personnel at each installation site and with Ethernet equipment installation and communication system configuration. Do not execute the initial powering up of the Ethernet equipment without the permission of the manufacturer's representative. H. Training. Provide training in accordance with Article 3, Special Specification, "Testing, Training, Documentation, Final Acceptance and Warranty." I. Warranty. Provide a warranty in accordance with Article 6, Special Specification, "Testing, Training, Documentation, Final Acceptance and Warranty." 4. Measurement. This Item will be measured as each unit furnished, installed, made fully functional and tested in accordance with these special specifications or as directed by the Engineer. 01011., 5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid for each "Hardened Ethernet Switch Type 1" or"Hardened Ethernet Switch Type 2". This price will include all equipment described under this Item with all cables and connectors; all documentation and testing and shall also include the cost of furnishing all labor, materials, tiow, software, warranty, training, equipment, and incidentals. 5-5 - . 2004 Specifications SPECIAL PROVISION 416---OO1 Drilled Shaft Foundations For this project, Item 416, "Drilled Shaft Foundations,"of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 416.5.Payment, Section A. Drilled Shaft is voided and replaced by the following. A. Drilled Shaft. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Drilled Shaft" or"Drilled Shaft(Non-reinforced)"or"Drilled Shaft(Sign Mounts)" or"Drilled Shaft --- (High Mast Pole)"or"Drilled Shaft(Roadway Illumination Pole)"or"Drilled Shaft(Traffic Signal Pole)"of the specified diameter, subject to the limitations for overruns authorized by the Engineer given in Section 416.5.A.1, "Overrun." optp, Article 416.5. Payment, Section A. Drilled Shaft, Section 2. Maximum Plan Length Shaft is supplemented by the following. eon., • For roadway illumination poles,the maximum plan length shaft is the maximum length shaft,regardless of diameter, for any roadway illumination pole included in the contract. • For traffic signal poles,the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any traffic signal pole included in the contract. --- 1-1 416---0O1 09-04 2004 Specifications SPECIAL PROVISION 500---011 Mobilization For this project, Item 500, "Mobilization,"of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 500.1. Description is supplemented by the following: Work for this Item includes submissions required by the Contract. Article 500.3. Payment, Section A is voided and replaced by the following: A.Payment will be made upon presentation of a paid invoice for the payment or performance bonds and required insurance. The combined payment for bonds and insurance will be no more than 10%of the mobilization lump sum or 1%of the total Contract amount,whichever is less. However,payment will be made for the actual cost of the paid invoice when the combined payment for bonds and insurance exceeds 10%of the mobilization lump sum or 1%of the total Contract amount,whichever is less. Article 500.3. Payment, Section F is voided and replaced by the following: F. Upon final acceptance, 97%of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. Article 500.3. Payment is supplemented by the following: G. Payment for the remainder of the lump sum bid for"Mobilization"will be made after all submittals are received, final quantities have been determined and when any separate vegetative establishment and maintenance,test and performance periods provided for in the Contract have been successfully completed. Aft, 1-1 500---011 0812 ,..� 2004 Specifications SPECIAL PROVISION 502---033 Barricades, Signs, and Traffic Handling For this project, Item 502, "Barricades, Signs, and Traffic Handling," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 502.4. Payment, Section C. Maximum Total Payment Prior to Acceptance is voided and replaced by the following: C. Maximum Total Payment Prior to Acceptance. The total payment for this Item will not exceed 10%of the total Contract amount before final acceptance in accordance with Article 5.8, ---- "Final Acceptance." The remaining balance will be paid in accordance with Section 502.4.E, "Balance Due." --- 1-1 502---033 10-07 2004 Specifications SPECIAL PROVISION 620--001 Electrical Conductors For this project, Item 620, "Electrical Conductors,"of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 620.2 Materials. The fourth and fifth paragraphs are void and replaced by the following: Use white insulation for grounded(neutral) conductors, except that grounded conductors AWG No.4 and larger may be black with white tape marking at every accessible location. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No.4 and larger may be black with green tape marking at every accessible location. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 1-1 620---001 09-04 2004 Specifications SPECIAL PROVISION 624---014 Ground Boxes For this project, Item 624, "Ground Boxes," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 624.1.Description is voided and replaced by the following: Construct, furnish, and install ground boxes complete with lids. Remove existing ground boxes. Article 624.2 Construction and Materials. The first paragraph is voided and replaced by the following: Provide new materials that comply with the details shown on the plans and meet the following requirements: • Construct cast-in-place concrete ground boxes and aprons in accordance with Item 420, "Concrete Structures,"and Item 440, "Reinforcing Steel." • Provide fabricated precast polymer concrete ground boxes,and precast concrete ground boxes that comply with DMS-11070, "Ground Boxes." • Construct a concrete apron,when shown on the plans, in accordance with Item 432,"Riprap," and Item 440, "Reinforcing Steel." Article 624.2. Construction and Materials is supplemented by the following: Remove existing ground boxes to at least 6 in. below the conduit level. Uncover conduit to a sufficient distance so that 90 degree bends can be removed and conduit reconnected. Clean the conduit in accordance with Item 618, "Conduit" and pull, splice, or terminate new conductors as indicated in the plans. Cleaning of conduit is subsidiary to this Item. Pulling, splicing, or terminating conductors will be paid under Item 620, "Electrical Conductors." Backfill area to ground level with acceptable material upon completing adjacent work related to conduit and conductors. Article 624.3.Measurement is voided and replaced by the following: This Item will be measured by each ground box complete in place or by each ground box removed. Article 624.4.Payment is voided and replaced by the following: The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Ground Boxes" of the types and sizes specified and for"Remove Existing Ground Boxes." This price is full compensation for excavating and backfilling; constructing, furnishing, installing, and removing the ground boxes and concrete aprons when required; and equipment, labor,materials,tools, and incidentals. 1-1 624-014 10-10 2004 Specifications SPECIAL PROVISION ,Ant 628---003 Electrical Services For this project, Item 628, "Electrical Services," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 628.5. Payment, A. Installation is voided and replaced by the following: A. Installation. Except as provided for in the following paragraph,this price is full compensation for paying all fees,permits, and other costs; making arrangements with the utility company for all work and materials provided by the utility company; furnishing, installing, and connecting all components including poles, service supports, foundations, anchor bolts,riprap, enclosures, switches, breakers, conduit(from the service equipment including the elbow below ground), fittings, conductors (from the service equipment including the elbow below ground), brackets, bolts, hangers, and hardware; and equipment, labor,tools, and incidentals. Costs for utility-owned power line extensions,connection charges, meter charges, and other charges will be paid for by the Department. The Department will reimburse the contractor the amount billed by the utility plus an additional 5%of the invoice cost will be paid for labor, equipment, administrative costs, superintendence, and profit. 1-1 628---003 04-11 2004 Specifications SPECIAL PROVISION 682---003 Vehicle and Pedestrian Signal Heads For this project, Item 682, "Vehicle and Pedestrian Signal Heads,"of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 682.2. Materials, Section B. General.The first and second paragraphs are voided and replaced by the following: Provide vehicle signal heads in accordance with DMS-11120, "Vehicle Signal Heads"and DMS-11121, "12 Inch LED Traffic Signal Lamp Unit."Provide vehicle signal heads from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified vehicle signal head manufacturers. Provide pedestrian signal heads in accordance with DMS-11130, "Pedestrian Signal Heads,"and DMS-11131, "Pedestrian LED Countdown Signal Modules."Provide pedestrian signal heads from manufacturers pre-qualified by the Department. The Traffic Operations Division maintains a list of pre-qualified pedestrian signal head manufacturers. 1-1 682---003 08-12 2004 Specifications SPECIAL PROVISION 687---005 Pedestal Pole Assemblies For this project, Item 687, "Pedestal Pole Assemblies,"of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 687.2. Materials is supplemented by the following: C. Pedestrian Push Button Pole Assembly. Provide diameter as shown in the plans, schedule 40 steel pipe or tubing, aluminum pipe (alloy 6061-T6), or rigid metal conduit. Do not use aluminum conduit. Galvanize pedestrian push button post in accordance with Item 445, "Galvanizing,"unless otherwise shown on the plans. Article 687.3 Construction, Sections B. Installation and C. Painted Finish, are voided and replaced by the following: B. Installation. Install pedestal pole assemblies and pedestrian push button pole assemblies as shown on the plans or as directed. Pedestal pole assemblies include foundation,pole shaft, base, anchor bolts, anchor bolt nuts, anchor bolt template, shims, and miscellaneous components. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. Pedestrian push button post assemblies include foundation,post, and post cap. efft, Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. Consult with the appropriate utility company prior to beginning such work. Repair damaged galvanizing in accordance with Section 445.3.D, "Repairs." C. Painted Finish. When required,paint pedestal pole and pedestrian push button post assemblies in accordance with details shown on the plans. Article 687.4 Measurement is voided and replaced by the following: 687.4 Measurement. This Item will be measured by each pedestal pole assembly or each pedestrian pushbutton post assembly." Article 687.5 Payment is voided and replaced by the following: 687.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid for"Pedestal Pole Assembly" or by the unit bid price for"Pedestrian Push Button Post Assembly." 1-2 687--005 12-13 This price is full compensation for furnishing and installing the shaft;base, shims, anchor bolts, and foundation; and materials, equipment, labor,tools, and incidentals. New signal heads will be paid for under Item 682, "Vehicle and Pedestrian Signal Heads." 2-2 687---005 12-13 2004 Specifications SPECIAL PROVISION TO SPECIAL SPECIFICATION 6266--017 Video Imaging Vehicle Detection System 4.0k, For this project, Special Specification Item 6266, "Video Imaging Vehicle Detection System," is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 1. Description. The second paragraph is voided and replaced by the following: A VIVDS configuration for a single intersection will consist of variable focal length cameras, VIVDS card rack processor system, and all associated equipment required to setup and operate in a field environment including a video monitor and/or laptop (if required), connectors and camera mounting hardware. Article 6. Camera Assembly, Section B. Camera and Lens Assembly. Section 2 is voided and replaced by the following: 2. The enclosure must allow the camera to operate satisfactorily over an ambient temperature range from-30°F to+140°F while exposed to precipitation as well as direct sunlight. 1-1 6266--017 07-09