Loading...
Contract - G. Hyatt Construction - 11/26/2019 R-Zoti- 0045-3 • • BID COPY/ORIGINAL CITY OF ROUND ROCK TRANSPORTATION DEPARTMENT I A y ROUND ROCK TEXAS Project Manual For: i DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS P 11 AUGUST 2019 0 10 Prepared By: studio 16:19, llc ! 1717 n ih35 suite 308 round rock, tx 78664 512-534-8680 APPROVED BY ! CITY ATTORNEY .411_„,&ir _ Air TBPE Firm Registration No N/A ( ) n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS n n TABLE OF CONTENTS n n Section Description No. of Pages • • 00020 Notice to Bidders 1 00100 Instructions to Bidders 23 Exhibit A-Form 1295 1 • Exhibit B - Questionnaire 6 Exhibit C -Proposal Form 5 00200 Bid Bond 2 00300 Bid Form 5 00410 Statement of Bidder's Safety 1 00500 Experience Agreement 5 00600 Insurance & Construction Bond Forms Performance & Payment Bond Instructions 1 Insurance Instructions 1 00610 Performance Bond 2 00620 Payment Bond 2 00650 Certificate of Liability Insurance 1 00700 General Conditions 41 00800 Supplemental General Conditions 1 S 00900 Special Conditions 5 01000 Technical Specifications 118 Table of Contents 1 02000 Plans, Details and Notes 55 8-2016 Table of Contents 00090665 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl 0 41 411 C C C C C e I NOTICE TO BIDDERS 00020 1 1 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 INVITATION FOR BID 0 Sealed bids addressed to Dawn Scheel,P.E.,City of Round Rock,Transportation Department, 2008 Enterprise Drive, Round Rock,Texas 78664 for furnishing all labor, materials and equipment and performing all work required for the project titled, Downtown Round Rock Streetscape Improvements (which primarily consists of constructing six (6) parklets; associated landscape 0 improvements along Main Street;sidewalk,parking,and landscape improvements along Lampasas 0 and Sheppard Streets; and pavement repair, new construction, and mill/topping within all limits of construction)will be received until Wednesday,September l lth,2019 at 2:00 p.m.,then publicly opened and read aloud at the same address. Bid envelopes shall state date and time of bid and 3 "Downtown Round Rock Streetscape Improvements". Bids must also be accompanied by a "Statement of Bidder's Safety Experience" included in Section 410 of the Project Manual.No bids may be withdrawn after the scheduled opening time.Any bids received after scheduled bid opening time will be returned unopened. Bids must be submitted on the provided bid form and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent (5%) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from the City of Round Rock website at: https://www.roundrocktexas.gov/business/solicitations/ Bidders shall be responsible for printing or obtaining prints of the aforementioned documents as necessary. For questions please contact the City's Project Manager, Dawn Scheel - (512) 218-6603. 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 determined by the City of Round Rock. A non-mandatory Pre-Bid conference will be held at 2008 Enterprise Dr., Round Rock, Texas on ' P August 21 st, 2019 at 2:00 p.m. Publish Dates: Round Rock Leader 8/10/2019 8/17/2019 I 00020 10-2015 Notice to Bidders 00193093 Page 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl C C C C C C C C 00100 INSTRUCTIONS TO PROPOSERS 411 411 411 411 4111 411 411 41 41 0 Q DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX Q AUGUST-2019 0 INSTRUCTIONS TO PROPOSERS 0 1. RELATED DOCUMENTS 0 a. Drawings and general provisions of the contract forms, including General Conditions and Supplemental General Conditions and other specification sections, are applicable documents. C 2. DEFINITIONS a. All definitions set forth in the General Conditions and Supplemental General Conditions, in Round Rock's "Standard Form of Agreement between Owner and 3 Contractor," and in other contract documents are applicable to these proposal ® documents. b. Proposal documents include the Request for Competitive Sealed Proposals for Construction Services, Instructions to Proposers, Proposal Form, sample bond and contract forms, and the proposed contract documents including any addenda issued . prior to receipt of proposals. c. Addenda are written or graphic instruments issued prior to the opening of the proposals which modify or interpret the proposal documents (including drawings and specifications) by additions, deletions, clarifications or corrections. Addenda become part of the contract documents when the Standard Form of Agreement between Owner and Contractor is executed. d. The City of Round Rock may be referred to in the proposal documents as Owner. e. A proposal is a complete and properly signed proposal to do the Work for the sums stipulated therein, submitted in accordance with the proposal documents. f. The base contract sum is the sum stated in the proposal for which the Proposer offers to perform the work described in the proposal documents as the base, to which work may be added or from which work may be deleted, for sums stated in alternate proposals, if alternate proposals are required. g. An alternate proposal (or alternate) is an amount stated in the proposal to be added to or deducted from the amount of the base contract sum and the corresponding change in the work, as described in the proposal documents or in the proposed contract documents. h. A unit price is an amount stated in the proposal as a price per unit of measurement for materials or service as described in the proposal documents or in the proposed contract documents. i. A Proposer is a person or entity who submits a proposal. j. A subcontractor is a person or entity who submits a proposal to a Proposer for materials or labor for a portion of the Work. k. The Contractor is the person or entity that has been determined to provide the best value for Owner based on Owner's Selection Criteria and its ranking evaluation,and to whom Owner awards the contract. 1. Contract refers to the City of Round Rock's "Standard Form of Agreement between Owner and Contractor." ' 00100 INSTRUCTIONS TO PROPOSERS Page 1 of 23 0 n r� DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 3. EXAMINATION OF DOCUMENTS AND SITE a. Each Proposer, by making a proposal, represents that she/he has read and understands the proposal documents. b. Each Proposer, by making a proposal, represents that she/he has visited the site, performed investigations and verifications as she/he deems necessary,and familiarized her/himself with the local conditions under which the Work is to be performed, and will be responsible for any and all errors in her/his proposal resulting from failure to r" do so. c. The location and elevations of the various utilities and pipe work included within the scope of the Work are offered as a general guide only,without guarantee as to accuracy. t The Proposer shall verify and investigate to her/his own satisfaction the location and elevation ofait utilities,pipe work,and the like and shall adequately inform her/himself of their relation to the work before submitting a proposal. d. Before submitting a proposal each Proposer will, at Proposer's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information (surface, subsurface, and underground facilities) at or contiguous to the site, or otherwise, which may affect cost, progress, performance or furnishing of the Work and which Proposer deems necessary to determine her/his proposal for performing and furnishing the Work in accordance with the time, price c and other terms and conditions of the contract documents. e. The lands upon which the Work is to be performed, all rights-of way and easements for � access thereto,and other lands designated for use by Contractor in performing the Work � are identified in the contract documents. . f. Each Proposer, by making her/his proposal, represents that her/his proposal is based upon the materials, systems, and equipment required by the proposal documents � without exception. 4. PROPOSAL DOCUMENTS a. Complete sets of proposal documents shall be used in preparing proposals; neither � Owner nor the Landscape Architect or Engineer assumes any responsibility for 41 errors or misinterpretations resulting from use of incomplete sets of proposal documents. b. Owner or the Landscape Architect or Engineer, in making copies of the proposal � documents available on the above terms, do so only for the purpose of obtaining proposals on the Work and do not confer a license or grant for any other use. 5. PROPOSAL PROCEDURES a. All proposals shall be prepared on the Proposal Form provided by the Landscape , Architect or Engineer and submitted in accordance with these Instructions to Proposers. Proposers shall provide all requested information. b. A proposal is invalid if it has not been deposited at the designed location prior to the time and date for receipt of proposals indicated in the Request for Competitive Sealed Proposals for Construction Services and/or the Notice to Proposers [included at Section 00020 of the Project Manual],or prior to any extension thereof � issued by addenda to the proposers. Proposals received after submission deadline 1 shall be returned unopened and will be considered unacceptable and shall be ' considered void. Owner shall never be held responsible for lateness of mail, 00100 INSTRUCTIONS TO PROPOSERS Page 2 of 23 1 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 0 carriers, couriers, etc., and the time/date stamp clock used by the City of Round 0 Rock shall be the official time of receipt. Q c. Unless otherwise provided in any supplement to these Instructions to Proposers, no proposer shall modify, withdraw or cancel her/his proposal or any part thereof for one hundred and twenty days (120) after the time designated for the receipt of proposals in the Request for Competitive Sealed Proposals for Construction Services. • d. Proposals shall not contain any recapitulation of the Work to be done. e. Proposers shall make no additional stipulations on the Proposal Form,nor limit,nor • qualify proposals in any other manner. Proposals so qualified will be subject to • disqualification. • 6. DISCREPANCIES AND AMBIGUITIES • a. Each proposer shall examine the proposal documents carefully and, not later than • September 6th, 2019 by 5:00pm, shall make a written request via email for any questions, interpretations or corrections of any ambiguity, inconsistency or error therein. Emails shall be submitted to CivCast through the City of Round Rock's Solicitations site: https://www.roundrocktexas.gov/business/solicitations/ CivCast will enable all questions to be collected, answered, and shared with all possible proposers. An additional contact: ID Dawn Scheel, PE, Transportation Staff Engineer dscheel@roundrocktexas.gov 7. SUBSTITUTIONS a. Each Proposer represents that her/his proposal is based upon the materials and equipment described in the proposal documents. b. No substitution will be considered unless written request has been submitted to the Owner for approval not later than September 6th,2019 by 5:00pm. c. If the Landscape Architect or Engineer and Owner approve a proposed substitution, such approval will be set forth in an addendum. d. Substitutions not submitted and approved by September 6th,2019 by 5:00pm may be added as a Voluntary Alternate and submitted at time of bid on proposal form. 8. QUALIFICATION OF PROPOSERS a. Every Proposer shall submit with her/his proposal a properly executed Questionnaire. b. Proposers may be disqualified and their proposals not considered for, by way of illustration but not by way of limitation, any one or more of the following reasons: i. Reasonable information or belief that collusion exists among Proposers; ii. Proposer being interested in any manner in any litigation involving Owner; iii. Proposer being in arrears on any existing contract or having defaulted on any previous contract; 00100 INSTRUCTIONS TO PROPOSERS Page 3 of 23 1 C n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 iv. Lack of competency as revealed by the financial statement, experience and equipment, Questionnaire, or qualification statement; C v. Uncompleted work which in the judgment of Owner will prevent or hinder (` the prompt completion of additional work if awarded. 9. PREPARATION OF PROPOSAL a. Proposer shall submit her/his proposal on the Proposal Form furnished as part of the proposal documents in the required format. All blank spaces in all forms shall be correctly filled in and the Proposer shall state the prices, written in words and in figures. Where there is a discrepancy between the price written in words and the C price written in figures, the price written in words shall govern. If the proposal is -, submitted by an individual,that person's name must be signed by that person of by that person's duly authorized agent. If the proposal is submitted by a firm, association or partnership, the name and address of each member must be given, <~ and the proposal must be signed by an official or duly authorized agent. Powers of Attorney which authorize agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. C 10. PROPOSAL SECURITY a. Each proposal must be accompanied by proposal security made payable to Owner in an amount of five percent(5%) of the Proposer's maximum proposal price; and ` same shall be in the form of a cashier's check or a Proposal Bond, duly executed (� by Proposer as principal and having as surety thereon a corporate surety authorized and admitted to do business in the state of Texas and licensed to issue such bond, as a guarantee that Proposer will enter into the City's contract and execute the required Performance and Payment Bonds within five (5) days of Owner's award of contract. ,-� b. The Proposal Security will be retained until such Proposer has executed the �- Standard Form of Agreement between Owner and Contractor, and furnished the , required bonds, whereupon the proposal security will be returned. If Proposer fails to execute and deliver the Standard Form of Agreement between Owner and Contractor and furnish the required bonds within five (5) days of Owner's award of contract, Owner may annul the award of contract. In that event, the proposal CT_ security of that Proposer will become the property of Owner, not as a penalty but as liquidated damages. Owner reserves the right to award the contract to the next- ranking Proposer based on Owner's evaluations of the proposal, as Owner deems it to be in the best interests of Owner. The proposal security of the other proposers C whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh (70 day after the effective date of the Standard Form of Agreement between Owner and Contractor or the ninety- fifth (95tii) day after the proposal opening, whereupon the proposal security furnished by such proposers will be returned. c. Owner has the right to retain the proposal security of all Proposers until either: i. The Standard Form of Agreement between Owner and Contractor has been � executed and the bonds have been furnished, or � ii. The specified time has elapsed so that proposals may be withdrawn, or iii. All proposals have been rejected. 00100 INSTRUCTIONS TO PROPOSERS Page 4 of 23 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C • 11. PERFORMANCE BOND & LABOR& MATERIAL PAYMENT BOND • a. Contractor shall post with Owner, within five (5) days of Owner's award of contract, a Performance Bond in the amount of one hundred percent (100%) of the • total contract price in such form as is deemed satisfactory by Owner. This bond shall be executed by a corporate surety company duly authorized and admitted to do business in the state of Texas and licensed to issue such bond in the state. b. Contractor shall post with Owner, within five (5) days of Owner's award of contract, a Payment Bond in the amount of one hundred percent(100%)of the total • contract price in such form as is deemed satisfactory by Owner. This bond shall be ID executed by a corporate surety company duly authorized and admitted to do business in the state of Texas and licensed to issue such bond in the state. c. In addition to the above requirements, if the amount of any bond exceeds One Hundred Thousand and No/100 Dollars ($100,000.00), then the surety on such bond must also: i. Hold a certificate of authority from the United States Secretary of the r Treasury to qualify as a surety on obligations permitted or required under D , federal law; or ii. Have obtained reinsurance for any liability in excess of$100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety or reinsurer on obligations permitted or r required under federal law. In determining whether the surety on the bond or the reinsurer holds a certificate of authority from the United States Secretary of the Treasury, Owner may conclusively rely on the list of companies holding certificates of authority as acceptable sureties on federal bonds and as acceptable reinsuring companies published in the Federal Register by the United States Department of the Treasury covering the date on which the bond was executed. d. Contractor must file, along with the Performance Bond and Payment Bond, all ® documents and information necessary to establish that the agent signing the bond is authorized to write the bond in the amount requested and, if applicable, that reinsurance requirements have been met, including limits and ratings or other evidence of company solvency. ' e. If the corporate surety company on any bond furnished by Contractor to Owner is declared bankrupt or becomes insolvent or such corporate surety company's right to do business in the state of Texas is revoked,then Contractor shall within five(5) days thereafter substitute another bond and corporate surety company, both of which must be deemed acceptable by Owner. 12. FILING PROPOSAL a. No proposal will be considered unless it is filed with Owner within the time limit for receiving proposals as stated in the Request for Competitive Sealed Proposals and/or the Notice to Proposers [included at Section 00020 of the Project Manual]. Each proposal shall be in a sealed envelope/packaging plainly marked as required by those documents. 00100 INSTRUCTIONS TO PROPOSERS Page 5 of 23 C) DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 13. MODIFICATION AND WITHDRAWAL OF PROPOSAL a. No proposal may be withdrawn or modified after the proposal opening except where the award of the contract has been delayed beyond ninety(90)days after date of proposal opening. 14. IRREGULAR PROPOSAL 'Th a. Proposals will not be considered if they show any omissions, alterations of form, additions, conditions not requested, unauthorized alternate proposals, or irregularities of any kind. However, Owner reserves the right to waive any irregularities and to make the award in the best interests of Owner. 15. REJECTION OF PROPOSAL a. Proposer acknowledges the right of Owner to reject any or all proposals and to waive any informality or irregularity in any proposal received. In addition,Proposer recognizes the right of Owner to reject a proposal if Proposer failed to furnish any required proposal security, or to submit the data required by the proposal documents, or if the proposal is any way deemed incomplete or irregular. 16. SELECTION CRITERIA AND OWNER EVALUATION a. Owner intends to award the contract to the Proposer whose proposal represents the best value to Owner according to the selection criteria and the relative weighting C set forth herein.The selection criteria that Owner will use in selecting the successful Proposer and the relative weighting of such criteria are as follows: Selection Criteria i. Price: The quoted price, cost methodology, alternatives proposed, and �. markup for changes. (Total 40pts.) ii. Past Projects with References Listed: 1) Has the proposer performed local projects (local is defined as the Austin-Round Rock MSA) for governmental clients (listed with contact information), and were the projects overall a positive experience for those clients? I 2) Are the projects presented equal or greater in complexity, scope,and dollar value when compared with the proposed project? 3) Was the completion of similar projects completed according to the construction schedule? (Total 15pts.) iii. Company and Construction Team Qualifications: 1) Is the company competent and experienced to complete the proposed project? i 2) Has the project manager and superintendent been successful in managing projects of similar size, complexity, and scope as the proposed project? 3) Does the construction team's resumes reflect technical knowledge 4 and practical experience managing and constructing projects, equal to the proposed project, and has the construction team worked together on multiple projects? (Total 15pts.) I 00100 INSTRUCTIONS TO PROPOSERS Page 6 of 23 1 1 • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX . AUGUST-2019 11 iv. Project Plan,Approach, and Sequencing, and Quality Control: 1) Are all project steps clearly identified, in a logical order, does the 0 schedule meet the City's needs, and can the company complete the . project within the schedule while still accomplishing existing commitments? 2) Does the company have a valid contingency plan if delays occur and the ability to execute that plan? . 3) Is the proposed program for quality control sound and specifically related to the project? (Total 30pts.) • v. Compliance with Administrative Requirements and Information • Requested: Did the Proposer follow the Proposal Instructions and Format? . (Total 0-10pts.) b. Proposals shall be publicly opened, and the names of each Proposer shall be read . aloud, together with all prices stated in each proposal. c. Within thirty (30) days after the proposals are opened, Owner or its designated a representatives shall evaluate and rank each proposal submitted in relation to the II published selection criteria and weighting. . d. Owner will initially attempt to negotiate a contract with the first ranked Proposer. If Owner does not require any modifications to the scope, time, or price, then the I first ranked Proposer shall execute the Standard Form of Agreement between Owner and Contractor, as awarded. If for any reason Owner is unable to reach I contract execution with the first ranked Proposer, Owner will give written notification to that Proposer that negotiations are ended and will proceed to I negotiate with the next ranked Proposer in the order of selection ranking until such O time a contract is reached or all proposals are rejected. Proposals may be rejected at any time. • II 17. EXECUTION OF CONTRACT a. No contract shall be binding on Owner until it has been executed by Owner or its . duly authorized representative, and same delivered to Contractor. I 18. FAILURE TO EXECUTE CONTRACT II a. The failure of the Proposer to execute the required bonds or to sign the required contract within five(5)days after the contract is notified that the scoring committee II has selected them as the 1st choice contractor shall be considered by Owner as I abandonment of the proposal, and Owner may rescind the notice. II 19. NOTICE TO PROCEED I a. Upon the execution of bonds and contract, Owner will issue a written Notice to I Proceed to Contractor requesting that she/he proceed with construction and I establishing the commencement of the contract time; thereafter, Contractor shall commence work or procurement within ten (10) calendar days after the date of I Notice to Proceed. II II I I 00100 INSTRUCTIONS TO PROPOSERS Page 7 of 23 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 20. CONSTRUCTION SCHEDULE a. The time for completion is two hundred and seventy-five (275) calendar days from the notice to proceed letter and such deadline for completion will be included in the Standard Form of Agreement between Owner and Contractor. (. 21. LIQUIDATED DAMAGES r a. Should Contractor fail to achieve completion of the work within the specified (— completion schedule, then the sum of One Thousand and No/100 Dollars ($1,000.00) per calendar day of delay will be deducted from the monies due Contractor for the work, and such sums shall be reasonable liquidated damages due to the impracticability or impossibility of ascertaining the actual damages. C 22. PERMITS a. Contractor shall be responsible for obtaining all necessary permits. 23. MATERIALS TESTING a. Owner will be responsible for providing or contracting for inspection services and materials testing, all in accordance with Texas Local Government Code C §271.116(c) and any other applicable statutes. 24. MISCELLANEOUS PROVISIONS a. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for payment shall be the actual amount of work done and/or material furnished. C b. Contractor shall not commence work until she/he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall Contractor allow any subcontractor to commence work on her/his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The certificate of insurance form included in the contract documents must be used by Contractor's insurer to furnish proof of insurance. c. Proposals shall be submitted on a separated contract basis.No Texas sales tax shall be included in the prices proposed for materials consumed or incorporated into the finished product under this contract. This contract is issued by an organization that is qualified for exemption pursuant to the provisions of§151.309(5) of the Texas Tax Code. The City of Round Rock will issue an exemption certificate to Contractor. Contractor must then issue a resale certificate to the material supplier for materials purchased. Contractor must have a valid sales tax permit in order to issue a resale certificate. In obtaining consumable materials, Contractor will issue a resale certificate in lieu 411 of payment of sales tax, and the following conditions shall be observed: , i. The contract will transfer title of consumable,but not incorporate, materials to the City at the time and point of receipt by Contractor; � ii. Contractor will be paid for these consumable materials by the City of Round Rock as soon as is practicable. Payment will not be made directly but considered subsidiary to the pertinent item. Contractor's monthly estimate 411 00100 INSTRUCTIONS TO PROPOSERS Page 8 of 23 0 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 0 will state that the estimate includes consumables that were received during 0 the month covered by the estimate; and iii. The designated representative of the City of Round Rock must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the City's representative. Where possible, the materials will be 0 labeled as the property of the City of Round Rock. • iv. If Proposer's insurance company is authorized, pursuant to its agreement . with Proposer,to arrange for the replacement of a loss rather than by making a cash payment directly to the City of Round Rock, the insurance company must furnish or have furnished by Proposer a Performance Bond in accordance with §2253.021(b), Texas Government Code, and a Payment . Bond in accordance with §2253.021(c), Texas Government Code. • r I I p p P p 0 00100 INSTRUCTIONS TO PROPOSERS Page 9 of 23 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 Format of Submitted Proposal • Cover Sheet Tab A. Proposal Form � Tab B. Questionnaire S I. Basic Information S 2. Organization • 3. Experience 111 a. Insert Current Project List b. Insert Past Project List c. Insert Claims and Suits Explanation d. Insert Safety Program � 4. Proposed Personnel � a. Insert Personnel Resumes � b. Insert Team Projects c. Insert Subcontractor List 5. Proposed Plan, Schedule, Sequencing, and Quality Control , a. Insert Construction Schedule b. Insert Sequencing Plan c. Insert Quality Control Plan 6. Ability to Meet Project Schedule � Tab C. Questionnaire Signature/Acknowledgement Tab D. Bid Bond Tab E. Statement of Bidder Safety Experience 111 Tab F. Bid Form , 411 t 00100 INSTRUCTIONS TO PROPOSERS Page 10 of 23 1 1 0 ® DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX © AUGUST-2019 EXHIBIT 'A' - FORM 1295 INSTRUCTIONS 0 Pursuant to newly enacted Section 2252.90 of the Texas Government Code, as of January 1,2016, any a business entity entering into a contract with a local government that requires approval of the governing body must submit a disclosure of interested parties to the local governmental prior to the execution of the 0 contract. The Texas Ethics Commission(TEC)has adopted a form for the disclosure of interested parties (Form 1295)and has created a website application for business entities to submit the required information. 0 Q The City of Round Rock may not enter into a contract that requires the approval of the City Council until the business entity that is a party to the contract files a Form 1295 with the City Clerk. The instructions to complete Form 1295 and file it with the City Clerk are as follows: • 1. Upon being notified of a bid award,the award recipient("business entity") go to the following . must website: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm and follow the login . directions on the website application to complete a Form 1295. If this is a business entity's first ID Password logging on to the website application, the business entity must create a login Username and Password and then follow the application's instructions to complete a Form 1295. 10 . 2. The City does not have a Contract ID Number System. Please insert 000000 and the project name in this box. . 3. Even if a business entity has no interested parties, Form 1295 still must be completed using the website application and filed with the City Clerk. . 4. Once confirmation is received that the information has been submitted,the business entity MUST print and sign the completed Form 1295. 5. The signed Form 1295 must be filed with the Clerk of the City of Round Rock prior to the City Council approving the contract. The signed Form 1295 should be scanned and emailed 111 directly to the City clerk at swhite(i)roundrocktexas.gov. 6. Once the City Clerk receives the signed Form 1295, the City Clerk will submit confirmation of receipt through the TEC website application within thirty (30) days of the filing of Form 1295 by the business entity. 7. This process must be followed for each contract a business entity enters into with the City of Round Rock including Supplementals and Change Orders. 8. A Form 1295 cannot be handwritten. It must be completed electronically through the TEC website application. 9. If you have any questions regarding the process of filing of Form 1295, please contact: Sara White, City Clerk 221 East Main Street ' Round Rock,Texas 78664 Phone: (512)218-5404 Fax: (512)218-7097 E-mail: swill te aroundrocktexas.gov P ' 00100 INSTRUCTIONS TO PROPOSERS Page 11 of 23 U C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX C AUGUST-2019 C C C C C I 00150 QUESTIONNAIRE I I I 411 I I I I I I I I I I I I I 00100 INSTRUCTIONS TO PROPOSERS , Page 12 of 23 1 C) 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX .�^ AUGUST-2019 Request for Competitive Sealed Proposals (� for Construction Services Round Rock, Texas 78664 EXHIBIT `B' - QUESTIONNAIRE ,-) Please provide the following information in the same sequence and in the same format contained herein. This form may be retyped at the proposer's option. Supplemental materials providing additional information in response to any question may be attached(and must be numbered to correspond to the number of the question), but the information requested below is to be provided in this format. 1 Basic Information: 110 1.1 Name of organization: G Hyatt Construction, Inc. . 1.2 Address of principal office: 1819 Cross Draw Trail, Leander, TX 78641 1.3 Telephone number and facsimile number of principal office: 512-650-5637 110. organization Corporation1.4 Form of business (e.g•� co corporation, partnership,joint 1.5 Year founded: 2009 1.6 Individual named as primary contact and telephone number: Justin Hyatt 512-650-5637 ✓ . 2 Organization: 42.1 How many years has your organization been in business in construction in its current capacity and under its present name? 10 111 2.2 Under what other former names has your organization ever operated? 2.3 If your organization is a corporation, answer the following: (a) date and state of incorporation, and (b) names and titles of all corporate officers. 10/10/2009 -TX-Justin Hyatt 2.4 If your organization is a partnership, answer the following: (a) date of organization; (b)type of partnership (if applicable); and (c)the names of all general partner(s). 2.5 If your organization is individually owned, answer the following: (a) date of organization; and(b) name of owner. 2.6 If the form of your organization is other than those listed above: (a) describe it; and (b) name the appropriate owners, officers,principals, etc. 2.7 Is your organization authorized to do business in Texas? Yes 3 Experience: 3.1 Current Work: Attach a list of all projects your organization is currently constructing. For each such project provide: (a)the name, location, and for whom constructed; (b) general nature of the project; (c) contract amount; (d)percent complete; and (e) scheduled completion date, including name of owner(and contact person with 14i contact information) and architect (and contact person with contact information). 00100 INSTRUCTIONS TO PROPOSERS Page 13 of 23 1 C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 3.2 Relevant Work Experience: Attach a list of 3-5 major projects similar in size, scope, 0 and complexity to this project constructed by your organization over the preceding 0 five-year period. For each such project provide: (a)the name, and for whom constructed; (b) location; 0 (c) general nature; (d) contract amount; (e) original construction budget and actual cost of construction at completion. Describe difference if necessary. Q (f) start date, completion date, and original construction schedule duration 0 (g)name of owner, including contact person and contact information (h) name of architect, including contact person and telephone number. (i) name of project manager and superintendent 3 3.3 List the categories of work that your organization normally performs with its own forces. On this project, do you propose to do any work with your own forces? If so, please describe what work you plan to self-perform. Demolition, site work, concrete 3.4 List any subcontractors in which your organization has some ownership and list the categories of work those subcontractors normally perform. 3.5 Describe yours or your organization's familiarity working with similar materials and vendors such as the ones described within the plan set. Per your experience, identify any problems or constraints you may experience when working with these materials. St) 3.6 Describe your organization's experience working and constructing within high • pedestrian and vehicular trafficked areas such as downtowns. Identify problems and . constraints experiences, and how your organization overcame complications. 3.7 Claims and Suits: If the answer to any of the questions in this Paragraph 3.7 below is "yes", please attach full details. 3.7.1 Has your organization ever failed to complete any work awarded to it? Your answer must include any matters involving your organization and its officers or principals in their current or past positions. No 3.7.2 Are there any pending or outstanding judgements? No 3.7.3 Are there any pending or outstanding claims? No 3.7.4 Are there any pending or outstanding arbitration proceedings? No 3.7.5 Are there any pending or outstanding lawsuits? No 3.7.6 Within the preceding five years, has your organization filed any lawsuits or requested arbitration with regard to any construction contract? Yes, see attached 3.7.7 Within the preceding five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? No 3.8 Describe your firm's job site safety program for this project and specific safety policies in which each employee must comply. See attached 3.8.1 Provide a summary of your OSHA 200/300 logs for the last three (3) years. ti 1 00100 INSTRUCTIONS TO PROPOSERS 1 Page 14 of 23 1 1 Cy) 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 4 Proposed Personnel for this Project: 4.1 Personnel: Identify the specific Project Manager(s) and Job Site Superintendent(s) 0 who would work on this project. If any of these individuals will not be assigned on a 0 full-time basis to this project, identify those individuals and describe their other responsibilities. Attach a resume with their city of residence listed and list of references with phone numbers, for each individual identified. The identified Project Q Manager(s) and Job Site Superintendent(s) shall be assigned to the project through 0 final completion of the project. 0 4.2 Has this team worked together on previous projects? Were these projects successful? List the projects. Yes, see attached . 4.3 Subcontractors: Identify the specific subcontracting organizations who would perform . any portion of work on this project, besides the general contractor. 4.3.1 Identify scope of work and services for each subcontractor as it relates to this project. See attached 4.3.2 Identify percentage of total project scope to be completed by each subcontractor. See attached . 5 Proposed Plan, Schedule, Sequencing, and Quality Control Program: 5.1 Describe your proposed work plan for this project. The Owner is particularly interested in your sequencing plan and scheduled order and approach to accomplish 411 the full build-out of the project. A CPM schedule is required. Contractor should be aware that pedestrian and vehicular access to businesses shall be maintained, and that adverse impact on adjacent businesses should be avoided. 5.2 Describe your construction management approach and ability to coordinate work with all subcontractors and suppliers in order to meet the deadlines established in the submittal construction schedule 5.3 Describe your ability to complete the project within the schedule taking into account existing commitments. 5.4 Describe your ability to identify and resolve potential issues, delays, etc. 5.5 Describe your back up/contingency plan for any unanticipated delays. 5.6 Describe your quality control program. Explain the methods used to ensure quality control during the construction phase of the project. Provide specific examples of how these techniques or procedures were used from any of three (3) projects listed in response to Section 3 Experience. 5.7 Describe how your quality control team will measure the quality of construction performed by Subcontractors on this project, and how will you address non- ' conforming work. 5.8 Provide a complete construction schedule assuming a notice to proceed will be provided November 1st, 2019 (actual notice to proceed could be a different date). Schedule shall match the calendar days required to reach final completion for the 1111 project as provided in this agreement. Contractor should take into consideration the 00100 INSTRUCTIONS TO PROPOSERS Page 15 of 23 5 0 0 t.I DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fact that construction or groundbreaking may not begin until January 1st, 2019, after the New Year's Holiday, and must be substantially complete by July 3rd, prior to the July 4th Holiday. Procurement of parklet materials and construction of the side streets © may commence as soon as notice to proceed is received should notice to proceed be issued earlier. 6 Ability to Meet Project Schedule: ® 6.1 Do you foresee any problem meeting the project schedule? (If yes, please explain.) No 0 6.2 Does the stipulated time of two hundred and seventy-five (275) calendar days seem reasonable for this project? Yes 6.3 Does the stipulated time effect cost of project and if so please explain?. Yes,wee time allowed forbudget constructionbasedon . 6.4 Describe the scheduling techniques, including any scheduling or project management software, you would employ on this project. What other projects will your • organization be starting while this project is underway? See attached 6.5 Has your organization been assessed any liquidated damages or other damages for delay on any project during the last five years? If answer is yes, identify project and . provide details. No • By execution hereof the undersigned warrants and represents that the foregoing answers to 5 this Questionnaire are true and correct. • Si at Pr p ser 4,4-7Printed e of Protp os'er Titlez„--7 LW' Name of irm c6 4S�r , ,"./ Address of Firm CS32,,7 Telephone Number of Firm S 00100 INSTRUCTIONS TO PROPOSERS Page 16 of 23 1 ( ) 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 Acknowledgement 0 0 0 The State of Texas ) 0 ) 0 County of(k)ILS,I r N1.4ar'l SUBSCRIBED AND SWORN TO BEFORE ME on this II 11 day of the month of 0 Scr 1vA_tVc._-f? ,2019, in the capacity and for the purposes indicated. 0 • 1110 C No ublic, Sta of Texas BONNIE ANDBEWS �����1,,, Texas ""''' �"+r Notary Public,State of 67b�'� • `?� �� rn Expires 01.05 3 D�Notary Id 131847EE� �1/6 c� /7_02r3Mymmission Expires SIP I I I I r p p r p r M 1 1 1 S 00100 INSTRUCTIONS TO PROPOSERS Page 17 of 23 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 00300 PROPOSAL FORM 00100 INSTRUCTIONS TO PROPOSERS Page 18 of 23 C) DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 rs')a Request for Competitive Sealed Proposals for Construction Services EXHIBIT `C'—PROPOSAL FORM 0 PROJECT NAME: Main Street Intervention 0 PROJECT LOCATION: Main Street,Round Rock,TX 78664 PROJECT OWNER: City of Round Rock,Texas DATE: September 11,2019 C) PROPOSER: Firm Name: G Hyatt Construction,Inc. 3 Principal Office Address: 1819 Cross Draw Trail,Leander,TX 78641 Telephone Number: 512-650-5637 3 Facsimile Number: 3 Primary Contact Name: Justin Hyatt Primary Contact Title: President 3 3 ADDENDA ACKNOWLEDGMENT: The undersigned Proposer acknowledges receipt of the following addenda: 3 Addendum No. 1 dated 9/9/19 Date Received Yes Addendum No. 2 dated 9/10/19 Date Received Yes 6 Addendum No. 3 dated Date Received Addendum No. 4 dated Date Received NO MODIFICATIONS,ADDITIONS,DELETIONS OR ATTACHMENTS SHALL BE MADE TO THIS PROPOSAL FORM. IN SUBMITTING THIS PROPOSAL, THE PROPOSER REPRESENTS THAT ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES ASSOCIATED WITH THE WORK, AS WELL AS THE TERMS AND CONDITIONS OF THE PROPOSED CONTRACT, SHALL BE IN STRICT CONFORMANCE WITH THE CONTRACT DOCUMENTS ON WHICH THIS PROPOSAL IS BASED. S 00100 INSTRUCTIONS TO PROPOSERS Page 19 of 23 0 C) DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 Cr') CONTRACTOR PROPOSES: In response to the Request for Competitive Sealed Proposals for Construction Services for the execution of q P P the work described by the contract documents for the above-described project, and having examined the site where the work is to be performed, and being familiar with local conditions as they might in any way affect the cost and/or time for execution of the work, and having carefully examined all of the contract documents and addenda thereto,the undersigned Proposer agrees to perform all of the work,to provide all services,to furnish all necessary superintendence, labor,machinery, equipment,tools,materials,insurance and miscellaneous items, including transportation and other facilities as may be required for the complete and satisfactory and timely execution of the work for which this proposal is submitted, as provided by the attached supplemental specifications and as shown on the plans for the construction of the project, all for the lump-sum consideration stated as follows: 3 TOTAL PROPOSED CONTRACT SUM to include Allowances from Section 012100 C) TOTAL P OPOSEDD CONTRACT SUM(including All ances): C qqo'( �i�� ��1/l�On l W Hcl nd�edl h i �4 /`f�- Dollars($ ,33 ) vv� 1 �U c I C e,k_/ /l1ieI- PROPOSED ALTERNATE COSTS: Alternate No. 1: Contractor to include as an alternate price to the Total Proposed Contract Amount the cost to ADD the following: 110 TOTAL ALTERNATE No. 1 SUM: 4) J ' Dollars($ ) Alternate No. 2: Contractor to include as an alternate price to the Total Proposed Contract Amount the . cost to ADD the following: TOTAL ALTERNATE No.2 SUM: ' / Ooff` ollars $ 6 v Alternate No. 3: Contractor to include as an alternate price to the Total Proposed Contract Amount the cost to ADD the following: I TOTAL ALTERNATE No.3 SUM: Dollars($ ) VOLUNTARY ALTERNATE SUM: (Attach description on separate sheet if needed) Dollars($ ) 3 DO 00100 INSTRUCTIONS TO PROPOSERS Page 20 of 23 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 1 The undersigned Proposer agrees to commence work within ten (10)days after the date of written"Notice to Proceed." The undersigned Proposer further agrees to complete the work in full within two hundred and seventy-five (275) calendar days after the date of the written "Notice to Proceed," subject to any extensions of time allowed by the contract documents, and in phases as indicated on the drawings. The undersigned Proposer and the Owner agree that for each and every calendar day on which the work,or any portion thereof,remains incomplete after the stated calendar-day period,the Proposer shall pay the amount of One Thousand Dollars ($1,000.00) per calendar day as liquidated damages, not as a penalty but for delay damages to the Owner. Such amount shall be deducted by the Owner from any payment due to the 0 Proposer. 3 The undersigned Proposer agrees that this proposal shall be good for and may not be withdrawn for a period 3 of one hundred and twenty(120)calendar days after closing deadline for receiving proposals. 3 The undersigned Proposer agrees, if notified of the acceptance of this proposal within ninety(90) days of the time set for opening of proposals,to execute and deliver to the Owner within five(5)days from the date of such notification the required construction contract,a performance bond and a payment bond for the total amount of the construction agreement, and a certificate of insurance, all as stipulated in the contract documents. The undersigned Proposer agrees to attach to this proposal a certified check, cashier's check or proposal bond in the amount of five percent (5%) of the total proposed contract sum. Also accompanying this proposal is all information required in the"Instruction to Proposers." It is understood and agreed by and between the parties that the proposal security accompanying this proposal will be returned to the Proposer,except in the following instance:in the event of acceptance of this proposal, if the Proposer fails to execute the required construction agreement and deliver the required performance and payment bonds within five (5) days after acceptance, then the proposal security shall become the property of the Owner and shall be considered as liquidated damages for the delay and other inconveniences suffered by the Owner because of such failure of the Proposer. The undersigned Proposer acknowledges that the Owner reserves the right to reject any and/or all proposals covered in this Request for Competitive Sealed Proposals and that the Owner has the right to waive any informalities and/or defects in proposals or to accept such proposals as it shall deem to be in the best interests of the Owner. In submitting this proposal, the Proposer represents that no person or company other than the Proposer listed below or otherwise indicated hereinafter has any interest whatsoever in this proposal or the construction agreement that may be entered into as a result hereof. The undersigned Proposer certifies that the proposed contract sum and all prices contained in this proposal have been carefully checked and are submitted as correct and final. The undersigned Proposer further certifies that the unit prices have been shown in words and figures for each item listed in this proposal; and it is understood and agreed that, in the event of a discrepancy,the words shall govern. The undersigned Proposer affirms that she/he/they are duly authorized to execute this proposal, and that this company, corporation, firm, partnership, and/or individual has not prepared this proposal in collusion with any other Proposer. The undersigned Proposer affirms that the content of this proposal as to prices, terms, and conditions has not been communicated by the undersigned nor by any agents or employees of the undersigned to any other person engaged in this type of business,prior to the official public opening of this proposal. 00100 INSTRUCTIONS TO PROPOSERS Page 21 of 23 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 This Proposal Form shall be signed by the Proposer as follows: 0 J. Sole Proprietorship: Signature of sole proprietor in the presence of a notary public who will also sign and affix seal,printed name,and printed title(if any). Insert the printed words "Sole Proprietor" under the signature. K. Partnership or Joint Venture: Signature of all partners or joint venturers in the presence of a notary public who will also sign and affix seal,printed name, and printed title(if any). Insert the printed words"Partner"or"Joint Venturer" under each signature. 3 L. Corporation: Signature of duly authorized signing officers,printed names,and printed titles. Under each such signature,insert the capacity in which the signing officer acts.Affix the corporate seal. 3 Signature of Propose 3 J. 0 Justin it inted Name of Proposer 11) President SID Title . G Hyatt Construction,Inc. Name of Firm . 1819 Cross Draw Trail,Leander,TX 78641 11/ Address of Firm 512-650-5637 S Telephone Number of Firm S S . [Corporate Seal, if a corporation] S S 00100 INSTRUCTIONS TO PROPOSERS Page 22 of 23 S C,) 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 Acknowledgement (r The State of Texas ) 0 County of to LC.I AA*.c;+ ( SUBSCRIBED AND SWORN TO BEFORE ME on this 1 day of the month of ID `,QPItt,rsc-r ,2019, in the capacity and for the purposes indicated. i • ID of' u lic, State of Texas „z,�\���<<l!vP��s'�, BONNIE ANDREWS P?'v �. ,,� , Notary Public, State of Texas ��,,'" ��� Comm. Expires 01-09-2023 +;f'n;�� c' Notary ID 131847858 11/ Gi 0elJzz11, My Cmmission Expires 114111 I I I I I p p p p I I p p p 00100 INSTRUCTIONS TO PROPOSERS Page 23 of 23 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 00200 BID BOND i C) C) 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX Cn AUGUST-2019 ( BID BOND 0 o THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS; COUNTY OF WILLIAMSON § 0 That G. Hyatt Construction, Inc. of the City of Leander County of Williamson State of Texas as Principal, 0 and The Hanover Insurance Company authorized under the laws of the State of Texas to act as 0 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 0 truly to be made, and the said Principal and Surety do herby bind themselves and their heirs, administrators, executors,successors and assigns,jointly and severally, as follows: 0 In no case shall the liability of the Surety hereunder exceed the sum of( Five Percent of the Greatest Amount Bid Dollars ($ 5% GAB ) 3 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 Downtown Round Rock Streetscape Improvements 3 5, I* for which Bids are to be opened at the office of Owner on the 11th day of September ,20 19 I ID 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 I 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 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 0 be fixed by the Court. 0 IN WITNESS WHEREOF,the said Principal and Surety have signed this instrument on this 0 the 11th day of the month of September 20 19 0 G. Hyatt Construction, Inc. The Hanover Insurance Company 1 Principal Surety ' Peggy Hogan Printed Name Printed Name By `// G � By: (19 t,10.,... Title: ... .._.--.. ..-- Title:._..Attor._e _ _- act .- Addres 1819 Cross Draw Trail Address: 12201 Merit Drive, Ste 220 Leander, TX 78641 Dallas, TX 75251 00200 9-2015 Page 1 Bid Bond 00090652 I n n n n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 Resident A ent of Surety: Si re Steven Lott Printed Name 12201 Merit Drive, Ste 220 Street Address ® Dallas, TX 75152 110 City, State,Zip • 110 • Page 2 00200 9-2015 Bid Bond 00090652 fl n THE HANOVER INSURANCE COMPANY ( MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in f the manner and to the extent herein stated. fl KNOW ALL PERSONS BY THESE PRESENTS: n That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations 0 organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,(hereinafter individually and collectively the"Company")does 3 hereby constitute and appoint, Steven Lott,Steve Rickenbacher, David Oxford, Peggy Hogan,Sherrel Breazeale and/or Bart Russ Of Consolidated Insurance Partners of Dallas, TX each individually, if there be more than one named, as its true and lawful r attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States,any and all surety bonds,recognizances, undertakings,or other surety obligations.The execution of such surety bonds, !� recognizances,undertakings or surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company,in their own proper persons.Provided however,that this 3 power of attorney limits the acts of those named herein;and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: 3 Any such obligations in the United States, not to exceed Thirty Million and No/100 ($30,000,000) in any single instance 3 That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: 0 RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety, any and all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted . �A) and executed by the President or Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the `e) same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981—The Hanover Insurance Company;Adopted April 14, 1982—Massachusetts Bay Insurance Company;Adopted September 7,2001 —Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by " two Vice Presidents,this 13t11 day of January,2016. . THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY • ✓.;� : M0F1M ITIZENS SURANCE ion 16 it y obert Thomas,Vice President THE HANOVER INSURANCE COMPANY MA SA HUSETT BAY I CE COMPANY CIT EN I SU CE OF AMERICA THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. J. h I ele,Vice es ent lb On this 13th day of January 2016 before me came the above named Vice Presidents The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover IInsurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of I said Corporations. DIANE J. MARINO� Notary Wb � arPu Commission Expire. MyDiane J. a o,Nom')Public M)Commission Expire,March 4,2022 t I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued y said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. • GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts,this 1 lthday of September 2019. CERTIFIED COPY '} Theodore G.Martinez,Vice President ® Hanover Insurance Group Texas Complaint Notice Commercial Lines 411 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: q You may call The Hanover Insurance Company/ Usted puede Ilamar al numero de telefono gratis de (1 Citizens Insurance Company of America's toll-free The Hanover Insurance Company/Citizens Insurance CD telephone number for information or to make a Company of America's para informacion o para complaint at: someter una queja al: 0 1-800-343-6044 1-800-343-6044 You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street 440 Lincoln Street Worcester,MA 01653 Worcester,MA 01653 0 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies,coverages, g p g de Texas para obtener informacion acerca de rights or complaints at: companias,coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 11110 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seg uros guros de Texas: P.O. Box 149104 P.O.Box 149104 ® Austin,TX 78714-9104 Austin,TX 78714-9104 Fax:(512)475-1771 Fax:(512)475-1771 Web:http://www.tdi.texas.gov Web:http://www.tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov 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 or about a claim you should contact the agent or the reclamo,debe comunicarse con el agente o Ia corn- company first.If the dispute is not resolved,you may pania primero.Si no se resuelve Ia disputa,puede contact the Texas Department of Insurance. entonces comunicarse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: This UNA ESTE AVISO A SU POLIZA: Este aviso es solo notice is for information only and does not become para proposito de informacion y no se convierte en a part or condition of the attached document. parte o condition del documento adjunto. 11111 The Hanover Insurance Company 1440 Lincoln Street,Worcester,MA 01653 181-1457(12/13)Page 1 oil Citizens Insurance Company of Amcrira I A(1 11 AI.,,., • • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • • • 0 O S S 11/ II 00300 BID FORM II I r III ✓ I I III I I I I 111 II r I I • City of Round Rock, Texas • Contract Preparation Supplemental Information to Standard Form of Agreement between Owner and Contractor • Downtown Round Rock Streetscape Improvements • . Related to Article 1 Contract Documents - Schedule A. An original schedule was required as part of the Competitive Sealed Proposal (CSP) Process. • Working through the CSP Process took longer than originallyplanned thus movingback the anticipated Notice to Proceed date for the project. To accommodate this revision, we asked the Contractor to resubmit their schedule accordingly. B. Please see attached Exhibit: Updated Project Schedule. Related to Article 4 Contract Sum 1111 A.TOTAL CONTRACT SUM(including Owner's Betterment): The Contract Sum shall be $2,390,391.58, subject to additions and deductions as provided in the Contract Documents. B. See attached Exhibit: Updated Bid Tab and Alternates C. Under the Request for Competitive Sealed Proposals for Construction Services procedures, the Contractor and City of Round Rock have the opportunity for scope clarifications prior to determining the final contract amount. It was during this scope clarification meeting that the p p p p C) n C) C) C) contractor determined he had made errors with Item 1.41 -Antique Street Lamps Custom Catenary Fixtures and Item 1.54 - Complete Lighting System. For Item 1.41, The unit price should be $6500 for an extended total of$71,500.00 and for Item 1.54, the lump sum should be $71,935.00. These corrected unit prices are reflected in the attached updated Bid Tab. 0 0 3 3 3 9 9 /1k/4 v Cuco1\Contractor: Representative Signature: Printed Name: „____ Date Signed: /9' 0 .. CO- N ° U ro • �, -O _C C C •O a n- u- • a ° n o a u_ a)° p� a a� c °-' L C o 0 cw i 4 110 - tii CO aa)a, • W p p N C 0 E O 5 f ro 0 ° al •- E ' JN - as ic0U 'a c ` Uro • ( C wa. U ) nc �• e LL )W N O , p Cl) lo: "a LL ° Cro " t:II Wp ro CCO n o o cJU C do E A 0 • ® ' c 0 U p OW W U Cou- U !_ i N' mUmp >, C cm ¢ ¢ U '� o TA A e e® 0 m a . • m . as i N x o w o e 10 RS � 111 a ( ® roN U m a) c a; 0 > QN � N � � sle1e ) 0 . waM o • • o m J W c t Q ¢ e o 11 A I A , I N ¢ Q WI e e Co , �� � Co U) 'E a � l A A A A 92 ¢ U Su 0 ro c c j a ° ° U ' II C•4 • N at Y C = e LLo aa '; A. • U E' o I I. A A — N CD o ° = X �d.r �aq� Tt N -. C •O W i. as 'V . c - ° O e Q� zM o p ' • C N t a Z W A - - 0 V) ® • o I 0 ® AssW ro V 2 Lcn L, >,s o 0 0 0 0 0 0 0 0 o 0 o o o o to 0 o a o 0 0 0 0 0 0 0 o a • o o• to III N N N N N N N N N NO N N N N N N ON N N N N 'NI N 'NI CV N CV N CV N N aIICIS c Z U 0 Z Z z fn co co ca c[ (r w cc ct cC >- >- >- >' Z Z Z Z Z ce ct i 0 w ,u > > > O T r Q ¢ ww ww ¢ ¢ an_ aan_¢ co LC O) N 0) CID O � CO T CO CO T n_ a_ o o_ ¢ ¢ ¢ ¢ > > > > > T co (NJ O (O CO v.) f� c) O I� �- 0-' U LO � c CO T T O T N T T N N O T O O T O 0 O O N N C. CD T N T T T TN CO i cs >; o o . . . 0 . 0 0 0 0 0 0 0 a b 0 . . . . . . o 0 . . '� N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N (a w Z J Z Z Z Z m ca m CO Q-' 2 LR Q' 2' �' d' 2' >- > > Z Z 0-' C'i L w uJ < Q Q Q ¢ W w W W ¢ Q Q d d Q ¢ Q_ a n_ a a a ¢ ¢ ¢ Q p p W n_ -) -) • -) -) -, W U. W u_ ¢ 2 2 ¢ ¢ Q ¢ ¢ ¢ 2 2 2 2 -5 -5 • • Q ¢• ® N T N N CO O CO CO COO ((•) 0) CT) 0) 0) 0) N CS] CO CO COO c} 00 00 00 c- TN O, O O O O T CO T .c- T N O T T O O T T O O N N N CO T N N N T T O 1 E 6- o c. a o ° ° o 0 a a a o a v 'a o '0r� o (� a a o a a -a o' O to O O O CO O O O O O LO LO CO O O CD t!) O O O O 0 0 u) Cn O Lc) CA a)QcoT T T T T T T T T r T TT T T T T T T T a) c‘ 0 0 -p o a •O 'a -a •v -v -v "a a '0 -0 -0 -00 a a -00 a c7 o D o O O a O o i Q O to O o O (n O O O O O ,o 0 O In O 11) 0 0 0 0 0 0 ,C) OLO LC) O COT T T T T T T T T T T T T T T T T T T T 1 P ro I C O O iiII ro C Q • U • U • rn ) pw u_ p u_ c - ro z3 Q °� m m m U U U c. m E w °' W u U. �° ° a) E c o..- — U n 0CD U CO .m ca¢ c L L<_ W 0 LL •C d p w w >, o r • o U °� LL co Q U U �' co o ;= a� N m d w >, p rn w p p CO E 4 N a c a)(•c m 11) E a , p U c W u. c 0 a. o E 2 3 m, ci ro E • O 0o o ¢ co o o a). c c p w o a) °� m p' O rn C ° C J o o W c Q O >, E r_C °' o `- C o ca o a) >, c o >,O N O a) 35 U c ro m p o W > a) C u_ c� "= cv m p o •= um ro Z U Z 1- 0 vi 1') .n c U - ° > aci a o �' a. > aci v n_ co 0 c u_ �a - < Q Q UO a) ' z . C C LO a) X O •c o to U o N Cn a, a) X ,- .O •c o u) U vo o o) Y u) % N T N M ¢ rn fn d L)-. m w m w U u) U 0 U m (n J J W a w 0 co `- U S G U m 0 J O• C p_ O T O N T LLI z cn 0- CI) ; > �p 0 w w Q a) ua) Q) E0 11 Q- r j -� J 55 ca v ca .... n _E W o o O O o o L0 0 0 0 0 0 to o o b b o o 0 0 0 0 0 o LO c0 o a o o p o •o l° -c RS c 0 J O N 2 d `. T 2 2 CO (` aC) CA O O N '4' (!) CD N` ' M O O T N M V• �' �• CO 00 O O ¢. N M -C •(L) ro a) 0-. O O O O Q O O O O O O O c- ^Q N N N N N N N N N N M 'O M CO (tea c co j , SL T T T T a T T T T T T T T T T _T T T r LL T T T T T T T T T T T T T a/ T T Cl) LE 0cta fl n • a to 0 °' o _5 c U) N In o) COC roEN ' c c_ U t. a) to (a to ` J C C. Ua) N O O v) 'o cts . _M ° m La ., . a a m a. .a To E E co (I)aE 'Q U L 3 72 i rn 9 E -t •tn a c = >+ o III -0 a) 1 N P. n- c o E _ (a a. (a Z L . zw ro c4 U - a m o I , • e ,cc, oQ. c N U o N -0 al c Cc I � o •� • N @ O , a� 3 Rs c 11 A • onoQ �o ' l N N N ; . O , �N a t0 0 0 r M } M N QW ID 10 *.CD O • N 0 a • N m N.e- W c �-' r _C Q. N ® zN V .� a� • N 2 '�O W V} N W'M I • .b.l al L L • 4.1 �� o a o 0 0 0 o o o o o o • N II •N N N N} } N }• N N N N N N C 00 C - - ¢ Q ¢ 4Z Z Z Z Z Z Q a (2 UC4 RI o r co tO , v CO eO o N N O r c- N O O r '- N CO Z C i— N N .N N N N N O O o 0 0 • m ID .CO.... �' �' } } Z Z Z Z Z /� �/ L W(n Cl. Cl- CL Q Q. Q Q n ❑ m n CCOO Ca') O I.0 N 0) (O N tOC) N (0 V IL 0- ID ,•- N M O 1- N O O c- s— N fe F❑ • : = 10 10 CO t0 to to to Cr) to to LC) CO O.❑ • •I co � C2a) ® `) a) C Q Q � r C Q) V/ U) •F F) L U (!)41 � (NQ ..-' U 0 Q) uf Q O N ° c UI a a (n _ Co as c co (7) o C a E E U c a ._ a)4 O ID C . Q. '� � .2 J J to � (E0 2 � x a N a U) I I (U a J V) N a I O C a ' C CL ' >..1 O •C ❑ .0 C) (B C = c (0 0 a O (0 O _N c_ a). • .. O O E Q- O E aV �- c +, • N ❑ as to ❑ N C N at 't- RS N R3 0 RI N C p N N N W V. _._ Q _ ?i Q 3 4 3 Q -0. Ut I- to Z Z E aa)) o c N o a)a) o c o m o c Q CN O ¢ a) Z Q' IL Z it Z d' LT. O - O N N >' I' U) . a) a) • t • I t .0 (>0• II �+❑ I @ a) E Q. o C') to tt fo,�b LO cfl •ram a o 0 0' ii s o .a c Q I M M CM CO Cr? (M (M CO CO N. CO 'f'I 'C "' C O OO . . . . . . c^ c- r c- c- c- r., fII 3 U) it0CrCL n n Zr . BID FORM - ADD #1 '."'"" 1619 PROJECT NAME: Downtown Round Rock Streetscape Improvements �� 0 ' n PROJECT LOCATION: Round Rock,Williamson County,TX design.co c oratoY lv€,Impact n OWNER: City of Round Rock 3 DATE: September 2019 fl BASE BID Approx item Description and Bid item Quantity Unit Written Unit Price Written Unit Price Unit Price Amount ? 1.01 1 LS Mobilization/General Conditions- Dollars $ 160,000.00 $ 160,000.00 n complete in place per plan. Cents �) 1.02 1 LS Traffic Control Plan Implementation- Dollars $ 55,000.00 $ 55,000.00 complete in place. Cents 1.03 498 LF Tree Protection Fencing Dollars $ 2.48 $ 1,235.04 complete in place per plans. Cents 9 1.04 3 EA Inlet Protection Dollars $ 82.50 $ 247.50 complete in place per plans. Cents 9 1.05 1 LS Unclassified Excavation/Site Grading/Embankment Dollars $ 150,000.00 $ 150,000.00 l Including preparing Limits of Const.(LOC), Cents Clearing and Grubbing,Removal of P.C. Concrete,Embankment,Subgrade OPreparation,Proof rolling,&grading within the LOC,complete in place per plans. 1.06 1 LS Demolition and Haul Off, Dollars $ 168,000.00 $ 168,000.00 complete in place per plans. Cents I/ 1.07 10,854 SY Plane Asph Conc 1-1/2"(TxDOT 354) Dollars $ 28.25 $ 306,625.50 Icomplete in place per plans. Cents D $ 115.00 $ 102,465.00 1.08 891 TON D-GR HMA TY D PG 70-22(1-1/2"Level Up)(TxDOT 341) Dollars ® complete in place per plans. Cents ® 1.09 1,250 TON D-GR HMA(SQ)TY B PG 64-22(TxDOT 340) Dollars $ 115.00 $ 143,750.00 complete in place per plans. Cents 1.10 3,337 LF REFL PAV MRK TY 1(4")(SLD)(W)(TxDOT 666) Dollars $ 3.63 $ 12,113.31 complete in place per plans. Cents ® 1.11 1,640 LF REFL PAV MRK TY 1(4")(SLD)(Y)(TxDOT 666) Dollars $ 3.63 $ 5,953.20 complete in place per plans. Cents ® 1.12 240 LF REFL PAV MRK TY I(8")(SLD)(W)(TxDOT 666) Dollars $ 7.26 $ 1,742.40 complete in place per plans. Cents D 1.13 336 LF REFL PAV MRK TY I(8")(SLD)(Y)(TxDOT 666) Dollars $ 7.26 $ 2,439.36 Dcomplete in place per plans. Cents D 1.14 595 LF REFL PAV MRK TY I(12")(SLD)(W)(TxDOT 666) Dollars $ 12.10 $ 7,199.50 complete in place per plans. Cents id 1.15 185 LF REFL PAV MRK TY I(24")(SLD)(W)(TxDOT 666) Dollars $ 12.10 $ 2,238.50 complete in place per plans. Cents II II II • Approx item Description and Bid Item Unit Written Unit Price Unit Price Amount Quantity Written Unit Price 1.16 3 EA REFL PAV MRK TY I(ARROW)(W)(TxDOT 666) Dollars $ 242.00 $ 726.00 complete in place per plans. Cents n 1.17 8 EA REFL PAV MRK TY I(WORD)(W)(TxDOT 666) Dollars $ 423.50 $ 3,388.00 C) complete in place per plans. Cents 0 1.18 10 EA REFL PAV MRK TY I-C(TxDOT 672) Dollars $ 18.15 $ 181.50 complete in place per plans. Cents 1.19 54 EA REFL PAV MRK TY II-A-A(TxDOT 672) Dollars $ 18.15 $ 980.10 complete in place per plans. Cents 1.2 1,756 SF Green Blue Urban Root Space System, Dollars $ 44.22 $ 77,650.32 0 including coordination,materials and aggregates, Cents complete in place per plans and specifications. 0 r) 1.21 378 LF 4"Perforated Pipe and Storm Drain Tie-In, Dollars $ 10.00 $ 3,780.00 complete in place per plans. Cents r `� 1.22 121 LF QCP 6"Cheek Wall,including coordination Dollars $ 30.00 $ 3,630.00 ncomplete in place per plans. Cents 1.23 66 LF QCP 12"Seat Wall,including coordination Dollars $ 48.00 $ 3,168.00 U complete in place per plans. Cents 1.24 176 LF QCP 12"Wood Topped Seat Wall,including Dollars $ 58.00 $ 10,208.00 U coordination,wood,complete in place per plans. Cents 16) I 1.25 6,237 SF Bison IP Pedestal and Wood Tile System,including Dollars $ 52.00 $ 324,324.00 coordination,materials,and ramps,complete in place per Cents O plans. 11 1.26 1 LS Concrete Steps Dollars $ 2,500.00 $ 2,500.00 complete in place per plans and detail. Cents ID 1.27 193 LF Handrail Dollars $ 40.00 $ 7,720.00 IDcomplete in place per plans and detail. Cents II 1.28 394 LF NDS Trench Drain Channel and Decorative Grate Dollars $ 25.00 $ 9,850.00 © complete in place per plans. Cents 110 1.29 394 LF Trench Safety Dollars $ 2.00 $ 788.00 complete in place per plans. Cents 16 U 1.30 4,036 SF P.C.Concrete Sidewalk(4"Thick) Dollars $ 5.00 $ 20,180.00 complete in place per plans. Cents U 1.31 120 LF P.C.Concrete Turndown Curb at Sidewalk Dollars $ 23.00 $ 2,760.00 complete in place per plans. Cents ® 1.32 963 LF P.C.Concrete Curb&Gutter Dollars $ 20.00 $ 19,260.00 Ucomplete in place per plans. Cents 1 1.33 660 LF Standard Square Turndown Curb Dollars $ 20.00 $ 13,200.00 complete in place per plans. Cents 0 _ 1.34 6 EA P.C.Concrete Curb Ramp(All Types) Dollars $ 2,000.00 $ 12,000.00 complete in place per plans. Cents 1.35 363 LF Concrete Wall Footing Dollars $ 20.00 $ 7,260.00 complete in place per plans. Cents 0 . 0 f (T ,. Bid Item Approx Unit Item Description and n Quantity Written Unit Price Written Unit Price Unit Price Amount 1.36 4 EA Corten Plate Bridge Dollars $ 1,500.00 $ 6,000.00 I) complete in place per plans. Cents ri 1.37 20 EA Dumor Bench, Dollars $ 1,500.00 $ 30,000.00 0 including Sonotube concrete pads,and installation Cents complete in place per plans. 0 1.38 2 EA Dumor Trash Receptacle,including installation, Dollars $ 1,000.00 $ 2,000.00 complete in place per plans. Cents C 1.39 579 LF Tegan Lighting Exton Powerspan Cable System, Dollars $ 133.10 $ 77,064.90 C) complete in place per plans and specifications. Cents () 1.40 35 EA Engineered Steel String Light Poles,including Dollars $ 2,513.50 $ 87,972.50 } concrete footing,complete in place per plans, Cents Cand details. ® 1.41 11 EA Antique Street Lamps Custom Catenary Fixture, Dollars $ 6,500.00 $ 71,500.00 complete in place per plans&specifications. Cents r 1.42 22 EA Antique Street Lamps Custom Aluminum Post, Dollars $ 2,500.00 $ 55,000.00 IDincluding concrete footing,complete in place per Cents . plans and specs. ® 1.43 703 SF Decorative Concrete Pavers, Dollars $ 15.00 $ 10,545.00 complete in place per plans. Cents 1110 111) 1.44 38 EA Limestone Boulders,per detail, Dollars $ 391.19 $ 14,865.22 complete in place per plans. Cents 11 1.45 15 EA 6"Cal.Shade Tree,B&B,including planting Dollars $ 2,488.55 $ 37,328.25 &staking,complete in place per plans. Cents l& 1.46 12 EA 2"Cal.Ornamental Tree,Container grown, Dollars $ 654.50 $ 7,854.00 10 including planting&staking,complete in Cents n place per plans. 1.47 343 EA Landscape Shrub,5 Gal., Dollars $ 22.32 $ 7,655.76 including planting,complete in Cents Lam•, place per plans. ID 1.48 411 EA Landscape Shrub,3 Gal., Dollars $ 20.35 $ 8,363.85 including planting,complete in Cents place per plans. L 1.49 1,305 EA Landscape Shrub,1 Gal., Dollars $ 11.55 $ 15,072.75 ® including planting,complete in Cents place per plans. ID 1.50 11,590 SF 9"Bed Prep,including 6"Depth Prepared Dollars $ 3.33 $ 38,594.70 ® soil and 3"depth gravel mulch,per#13/LA5.01, Cents ® complete in place per plans. ' 1.51 1,674 SF Bermuda Sod, Dollars $ 1.88 $ 3,147.12 complete in place per plans&specs. Cents 0 1.52 1 LS Re-Vegetation,as needed,Including Fine Dollars $ 12,500.00 $ 12,500.00 Grading as Necessary,Soil Prep, Cents Establishment,Complete in place per plan&specs. 1 1 li I/ c' Bid Item Approx Unit item Description and ( Quantity Written Unit Price Written Unit Price Unit Price Amount 1.53 1 LS Complete Irrigation system,including all Dollars $ 34,554.30 $ 34,554.30 trenching,conduit,backfill,wiring, Cents nfittings,boxes,fixtures,controller and appurtenances,complete,as well as I) temp.irrigation as needed,operational and in place per plan&specifications O 1.54 1 LS Complete Lighting system,including all Dollars $ 71,935.00 $ 71,935.00 connections,trenching,conduit,backfill, Cents O wiring,etc. O 1.55 1 LS Electronic Message Center,including all Dollars $ 9,460.00 $ 9,460.00 connections,trenching,conduit,backfill, Cents wiring,fabrication,etc. 0 111 1.56 12 MO 1-Year Maintenance Package to ensure project Dollars $ 10,000.00 $ 120,000.00 warranty coverage. Cents • 1.57 91 EA Premium Rubber Wheel Stops, Dollars $ 125.00 $ 11,375.00 . complete in place per plans&specs. Cents ® 1.58 420 LF 2'Concrete Valley Gutter, Dollars $ 12.00 $ 5,040.00 ® complete in place per plans. Cents Ili TOTAL BASE BID(Items 1.01 thru 1.58): $ 2,380,391.58 ® STATEMENT OF SEPARATE CHARGES Materials: $ All Other Charges: $ lam' r *TOTAL BASE BID: I$ 2,380,391.58 *Note:This total must be the same amount as shown above for"Total Base Bid Items" If this proposal is accepted,the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and 9 commence work within ten(10)days after written Notice to Proceed. The undersigned further agrees to complete the work to substantial completion within one hundred and forty-four(144)calendar days after the date of the written Notice-to-Proceed,and within twenty-one(21)calendar days shall reach final completion of the work in its ID entirety. L1 The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. ® Respectfully Submitted, Il Si a ( Oq CCU w J n H V41) Address II Print NaMe $ 2— C C5-c) - ‘37 ;atul+— II 7 Titl ns At ds a IIame of Firm Corp oration 0- 2 - ic? ' Date I 1 1 1 ADD ALTERNATES Bid Item Approx Unit Item Description and Quantity Written Unit Price Unit Price Amount AA.1 1 LS Add Alternative Option 1:Curb and Paver Grate Dollars No Bid No Bid complete in place per plans and detail 1/HS5.06. Cents AA.2 1 LS Add Alternative Option 2:Trench Across Main St. Dollars $ 10,000.00 $ 10,000.00 complete in place per plans and detail 3/HS5.06. Cents TOTAL ALTERNATE BID(Items AA.1-AA.2): $ 10,000.00 STATEMENT OF SEPARATE CHARGES Materials: $ All Other Charges: $ *TOTAL ALTERNATE BID: $ 10,000.00 TOTAL PROJECT BID: $ 2,390,391.58 *Note:This total must be the same amount as shown above for"Total Alternate Bid Items" If this proposal is accepted,the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten(10)days after written Notice to Proceed. The undersigned further agrees to complete the work to substantial completion within one hundred and forty-four(144)calendar days after the date of the written Notice-to-Proceed,and within twenty-one(21)calendar days shall reach final completion of the work in its pentirety. CThe undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. Respectfully Submitted, ' ign re C--/ff P-,L3 Address Print Name (-es/ - one_ Titl 111 a Lec--t•.ry,if Bidder is a ame of Firm Corporation Date 1 1 1 1 1 • • a c •C _ o _ °" Q • a) C N L C CZ ° O L O N a) • o L N > 0 El Tu Eli E _c Z L O.V E 'c N_ _ W CL U u) (n W • 11 • a E • o _ o I O N a) a! U a) • a. a _ N O a Y O • N w Fco � a N C G! . a) N t �_ __co N N a) Y J L Cl) - Q) p To N Y C C N LQ o a p .� " a) O J W O 0 ' o • as • 0 co co c O „ C E ° U) L .. a) 0 C N (B cn a)a) -E' . w _ 0 > 2 'a ❑ o oED_ 1 A 1 r CO • otS ° a) c ca c.) Q Q i a Y N N .. w o c CO o O C -aa o ; ` 1 1 Q . _ N co- "= �' - N CD caa .. C ai o U A • ' _- , E ca O c a`) a > .° 6 a) a) a) u "0 ° 1 1 z z Q as W a�i 2 v) 3 a�i c�oa Lid a .0) m a) _ A a A l 1, A a 3 3 A w in Z . w _ ° o ° o - z z a ", 1 1 A O 0 0 c W o o • 0-° cc z ,"; ` 1 0 F eA A u 47,• ° _ o AiA 0CD = = • w -+ Z uaD 'CS � • SO, ,9, A l 11.. al% in '^ 0) i.0 O O O O O) CO O O O O 0) O O O 0) 0) O • NrN.- r .K.- r r 1- N- r r N N N C.- r r O O O O O N O O CI (Z) O O O O N N O N N OO O N N N N N N N N N N N N C Vv+ U cac z > > o > UooUoozzz000 z z z z co co co CO ODQ z CD m 0 0 LQQ Q Q Q w w LL/ w Q Q w Q Q w w ) ca O• wit QOO w O W w W W W W Q Q Q W W w Z Z ❑ Z ❑ ❑ ❑ ❑ ❑ ❑ —) —) ❑ ❑ ❑ N- CO 0) CO CO CO O O I� N- N CO N I,- V O -) LL LL -) LL d' CO N- N v- 1 r r r CO CO CO CO 0 r 1� r L N O r O N O r r r r r O r 0 r N CO N O r r N O N N N O O N O N CO 0 r Q I • 0 rn O rn O o) O) rn o rn rn O) rn 0) rn C) O) rn rn o �+ = O . ›+4-, r r r r r r r r r e- r T. r- O r r r T. r r O O O O O O O O O O O N O O O = Z N N N N N N N N N N N N N N CON cLC > > > > > > > > > U U U U Z U U U U 00 Z Z Z Z CO CO CO CO CO CD CO DC Z Z000 w O O O O O O O O O W W w w < W w W W in w < < < < W Ili W W w w W Q < < w 0 W IDrZ Z Z Z z Z Z Z Z ❑ ❑ ❑ ❑ --) ❑ ❑ ❑ ❑ ❑ ❑ LL IL) -3 -3 -) LL L_ LL LL LL. ,a -3 —) LL_ r r CO O O O 1` N- -1' r co co CO V' co CO r r CO CO N- I,- ti r r r r CO N- r N 0000 N N N N N O O r r O r O r N M M O O r N O O O N N N N O r M O . L 0) -a 'a -0 -a -a -a -o -a 'o "a 'a 'a "a -a -0 -0 -a o a a a a t a a o a a a a a a a CD CO CDO CO 0 0 0 0 0 CO 0 0 0 0 Ln M Cs0 0 LC) O r 0 0 0 0 CO 0 0 0 CO N ce CI CO r r r r r r .T. IT N-. T.... T. N r r r O r r r r r r ,- ID L 0 -a -0 "0 'a "o -0 -0 "a "a 'a "0 "a -0 "o 'o '° "o a C a a a C a a a a a O a a o i CD co co CO O co c) O O CO c) O O co CO co0 d- 0 0 CO CD r o 0 0 0 CO CD O O CO N O CI co r r r T. r IT .T. IT. r r r CO 'a r r 1- 'a r r r N- r r T. N O I v.).- a) C co I v2- Li I _ > c O _N a) CL tIDU cu N yj C N a) CO a) O Q "a a) 2 a N co o) ° _La a) O --0- , m Y 03 0 a) O O W E O` ` C C Q) N tN CD U } Q .L_ C O Q) C� N N(13 O 0 U 0 > O C Cl) > 0 O O U a. >� a) N C N O IT 0 0) .. O a :r CO a) c� a CO o o O c� v) U a ns CO N o '� a) 0 w° CO O) > z > a. u� _ L a (A a III a) ° o E co c 3 0 c4 -) m J Q a) ° ° ° 2 8 3 ° 'a cB To a) O O w m N .m aa)i 0) 3 a) (Ts � E o aa)i o o a3 10 .E' ° aa)) 0) ate) 0) 0 o � Z N z ,- Q ~- o � 2 m o o a) m m 0 a a) m o _ _ _ z 1-- w ❑ Q' U z z Z W (n Z CO z Z cC rr H W ❑ (X U a (A a. _J W05 ❑ J Q r: o r O e- r (n C� r ca v I3 u) -a 1 -0 is E `✓ Q o. O O LC) O O Ln 1- O O) Ln 0 o LC) 0 0 0 0 0 Q O O CO 0 0 0 0 o Ln 0 0 0 0 0 0 0 0 V -C V -o 0 E r N N CO d' CF r CO O O r In O O O (1) r N N CM d- CO CO 1- N co O) r N CO dr LO CO t N CO CO O O O O O O O O o •,- r N N N N COLLB CO .0 CO CO CO CO CO CO CO CO CO CO CO N N N N- N.. N co •E , (0 0 Q J u) r . . . . . . . . r r r r r r r r CO U_ 0 CC W • , L • O O O a o • 0 C a) C O • O o C N(9 � « O O) a. a)a) C `J SO n C E w0- s as OV 0 Uo -0 " -C' in a)c a) • N J C.) (a u) ifs • EU • Z0, (S (tf U O) C C C_ ` O) E t u) . 00 ~ a a) Y E a W Ili 0_ C) CO (n Li: C C coo (p O o O ca .0 c a_ Q W • O • . __Ii a) O u) II in co . <T. W J ++ -O a) g�• o o p A ( co 2 0 1 . g co > a_ cn _. Q ?5 N o �j 0 IE 1 A 1 1 1 < ! A N Q) (0 . O O in ao o m . . 1 1. A 0 0 2 1 A �, LL W ',< N 1 ■ 1 a �- 0 1 1 ID •EN ■ O 1 N m r W O LL o M O n . N O Z N ate' CD 0 0 M . C) w `,' C)• N N E Q. N 0 0 (Q 0 ID " 0. V Lfl13 co 0, — a.c No 0 co 0 0 0 0 0 0 0 0 0 0 0 0 0 0co cn = N N N N N N N cc,), N N N N N cc,,, N Z Z O v V CtS Z >- > > >- O y.. L w•- ¢ D Q a_ a. a_ a_ a. ¢ Q ¢ Q ¢ ¢ Q a. a_ Q Q Q > N O CO cC) 0) 0) CO CO n CO CD CO CO N O ,- CO I- O O won u. N — O r N N O — N .— c- }1 Mil, ® 4.0 I MI O N N N N N O O 0 O O O O O O O O O O O O O O O O = Z N N N N N N N N N N N N N N (.1 2 � � � � � ›- � � � � � � � � >- U � W cn Q Q Q Q Q a a n_ a n_ Q a n_ a_ a_ a_ a_ a 2 2 2 2 0 0 0 Q Q 2 Q Q Q Q Q Q Q 2 2 coO O Lt) LC) coLC) Lt) 0') (3) CO (0) 0') 0') 0) CO N 0) O N coN N N N O •,- ,- N N ,- N N N NO N N .,- N 'O 'O -O -0 "a -o "O 'O 'O "O "O -O 'O 0 "O 'O "O -o 'O 0 'O 0 ce Q co CO co CD0 Lt) O 0 LC) CD0 0 Lt) 0 CD Lt) N CO r to L -0 • -O -O a -O -O -O 'O -O -O -O -O V -0 'O -CS -0 -O -O O "O O L Q CO O CO O CsLCD O O Ln 0 O O LC) O O O Ln N CO 0 O . _ r r r r r N- [- e- N- T- E p 10I O a In II cn oo_ a) U a) )p O II O C O E Q .0 F.D. 2 as �C O E --. C a) O) 0 co 2 U — a) U C O 0 co C cn QCZ 0_ C L C Lcf) C J O > N U (a cv m m m o crs COc4 `- ui LL ci) c a) U c Q ctf a) o c Z_ , Z_ u) a? — L_ E O a) (B '� N O) a) 0) co O s +� C O C O f O T- N CO cn . I— W in a' cn a_ cn a_ _ J W in p J Q w in cn a_ 1 5 ES p N }. a n > Q Cn 0� ca E o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a) 0 0 0 -° ..c -° 7 C 0_ I- .0 co O O — N M cr LC) CO I,- CO 0 0 ,,- N cO Lt) , CO N O a) I- cCt N. I- co co co co co co co a) co co o) O O CA o) c� O o) Co) Ct C cII 0 0 G - r c- - r r - - r r - - - r - - - ,- V r r .- r0 inI 0.. • • 1-4\if ai---1- BID FORM - ADD #1 '"'""' , • studio 1b:ir soPROJECT NAME: Downtown Round Rock Streetscape Improvements PROJECT LOCATION: Round Rock,Williamson County,TX design ecafc ao[ota.-soWe•irr ci r OWNER: City of Round Rock ID DATE: September 2019 ® BASE BID . Approx Item Description and Bid Item Unit Written Unit Price Unit Price Amount Quantity Written Unit Pricer . ...,v 1.01 1 LS Mobilization/General Conditions Dollars $ �-16.0,000.00 $ 160,000.00 . complete in place per plan. Cents . 1.02 1 LS Traffic Control Plan Implementation- Dollars $ Q55,000.0� $ 55,000.00 ® complete in place. Cents . 1.03 498 LF Tree Protection Fencing Dollars $ 2.48 $ 1,232.55 complete in place per plans. Cents D 1.04 3 EA Inlet Protection Dollars $ 82.50 $ 247.50 complete in place per plans. Cents i 1.05 1 LS Unclassified Excavation/Site Grading/Embankment Dollars $ 1150,000.00 $ 150,000.00 III Including preparing Limits of Const.(LOC), Cents Clearing and Grubbing,Removal of P.C. lbConcrete,Embankment,Subgrade . Preparation,Proof rolling,&grading within the LOC,complete in place per plans. ID it) 1.06 1 LS Demolition and Haul Off, Dollars $ (168,0059 $ 168,000.00 complete in place per plans. Cents 1.07 10,854 SY Plane Asph Conc 1-1/2"(TxDOT 354) Dollars $ ; 28.25'$ 306,625.50 t) complete in place per plans. Cents ,�=-�` 10 $ 115.00 $ 102,465.00 �.I 1.08 891 TON D-GR HMA TY D PG 70-22(1-1/2"Level Up)(TxDOT 341) Dollars complete in place per plans. Cents ..) 1.09 1,250 TON D-GR HMA(SQ)TY B PG 64-22(TxDOT 340) Dollars $ 115.00 $ 143,750.00 complete in place per plans. Cents D 1.10 3,337 LF REFL PAV MRK TY 1(4")(SLD)(W)(TxDOT 666) Dollars $ 3.6- $ 12,113.31 ® complete in place per plans. Cents 1.11 1,640 LF REFL PAV MRK TY 1(4")(SLD)(Y)(TxDOT 666) Dollars $ c3.63)$ 5,953.20 complete in place per plans. Cents 1 1.12 240 LF REFL PAV MRK TY I(8")(SLD)(W)(TxDOT 666) Dollars $ (7.26 $ 1,742.40 complete in place per plans. Cents 1.13 336 LF REFL PAV MRK TY I(8")(SLD)(Y)(TxDOT 666) Dollars $ 7.26 $ 2,439.36 __,„ complete in place per plans. Cents 16 1.14 595 LF REFL PAV MRK TY I(12")(SLD)(W)(TxDOT 666) Dollars $ 12.10 $ 7,199.50 IIcomplete in place per plans. Cents lb 1.15 185 LF REFL PAV MRK TY I(24")(SLD)(W)(TxDOT 666) Dollars $ 12.10 $ 2,238.50 ICcomplete in place per plans. Cents Approx item Description and Bid Item Unit Written Unit Price Unit Price Amount C Quantity Written Unit Price_ /�s\ 1.16 3 EA REFL PAV MRK TY I(ARROW)(W)(TxDOT 666) Dollars $ 242.00 $ 726.00 C. ) complete in place per plans. Cents 1.17 8 EA REFL PAV MRK TY I(WORD)(W)(TxDOT 666) Dollars $ 423 50 $ 3,388.00 complete in place per plans. Cents 1.18 10 EA REFL PAV MRK TY I-C(TxDOT 672) Dollars $ 18.15 $ 181.50 complete in place per plans. Cents 1.19 54 EA REFL PAV MRK TY II-A-A(TxDOT 672) Dollars $ 18.15 $ 980.10 complete in place per plans. Cents ` 1.2 1,756 SF Green Blue Urban Root Space System, Dollars $ 44.22 $ 77,650.32 0 including coordination,materials and aggregates, Cents complete in place per plans and specifications. 3 3 1.21 378 LF 4"Perforated Pipe and Storm Drain Tie-In, Dollars $ 10.00 $ 3,780.00 complete in place per plans. Cents 1.22 121 LF QCP 6"Cheek Wall,including coordination Dollars $ 30.00 $ 3,630.00 �9 complete in place per plans. Cents 1.23 66 LF QCP 12"Seat Wall,including coordination Dollars $ 48.00 $ 3,168.00 IDcomplete in place per plans. Cents ® 1.24 176 LF QCP 12"Wood Topped Seat Wall,including Dollars $ 58.00 $ 10,208.00 coordination,wood,complete in place per plans. Cents 1) 1.25 6,237 SF Bison IP Pedestal and Wood Tile System,including Dollars $ 52.00 $ 324,324.00 coordination,materials,and ramps,complete in place per Cents 11146 plans. lb 1.26 1 LS Concrete Steps Dollars $ 2,500.00 $ 2,500.00 complete in place per plans and detail. Cents C' 1.27 193 LF Handrail Dollars $ 40.00 $ 7,720.00 complete in place per plans and detail. Cents 1.28 394 LF NDS Trench Drain Channel and Decorative Grate Dollars $ 25.00 $ 9,850.00 III complete in place per plans. Cents 1110 1.29 394 LF Trench Safety Dollars $ 2.00 $ 788.00 IDcomplete in place per plans. Cents IV 1.30 4,036 SF P.C.Concrete Sidewalk(4"Thick) Dollars $ 5.00 $ 20,180.00 complete in place per plans. Cents 1.31 120 LF P.C.Concrete Turndown Curb at Sidewalk Dollars $ C3.00 $ 2,760.00 pcomplete in place per plans. Cents Q 1.32 963 LF P.C.Concrete Curb&Gutter Dollars $ 20.00 $ 19,260.00 Lcomplete in place per plans. Cents 1.33 660 LF Standard Square Turndown Curb Dollars $ 20.00 $ 13,200.00 complete in place per plans. Cents 111/ II 1.34 6 EA P.C.Concrete Curb Ramp(All Types) Dollars $ 2,000.00 $ 12,000.00 complete in place per plans. Cents II 1.35 363 LF Concrete Wall Footing Dollars $ 20.00 $ 7,260.00 10 complete in place per plans. Cents II II II I 110 • Approx Item Description and IDBid Item Unit Written Unit Price Unit Price Amount Quantity Written Unit Price se 1.36 4 EA Corten Plate Bridge Dollars $ 1,500.00 $ 6,000.00 complete in place per plans. Cents P 1.37 20 EA Dumor Bench, Dollars $ 1,500.00 $ 30,000.00 . including Sonotube concrete pads,and installation Cents complete in place per plans. I 1110 1.38 2 EA Dumor Trash Receptacle,including installation, Dollars $ 1,000.00 $ 2,000.00 complete in place per plans. Cents I 1.39 579 LF Tegan Lighting Exton Powerspan Cable System, Dollars $ 133.10 $ 77,064.90 . complete in place per plans and specifications. Cents 11/ 1.40 35 EA Engineered Steel String Light Poles,including Dollars $ 2,513.50 $ 87,972.50 ® concrete footing,complete in place per plans, Cents and details. 1.41 11 EA Antique Street Lamps Custom Catenary Fixture, Dollars $ 71,50 0.00 $ 786,500.00 ® complete in place per plans&specifications. Cents 1.42 22 EA Antique Street Lamps Custom Aluminum Post, Dollars $ 2,500.00 $ 55,000.00 IDincluding concrete footing,complete in place per Cents plans and specs. 4) 1.43 703 SF Decorative Concrete Pavers, Dollars $ 15.00 $ 10,545.00 ® complete in place per plans. Cents 1.44 38 EA Limestone Boulders,per detail, Dollars $ 391.19 $ 14,865.33 complete in place per plans. Cents N. 1.45 15 EA 6"Cal.Shade S ade Tree,B&B,including planting Dollars $ 2,488.55 $ 37,328.28 11/ &staking,complete in place per plans. Cents ® 1.46 12 EA 2"Cal.Ornamental Tree,Container grown, Dollars $ 654.50 $ 7,854.00 11, including planting&staking,complete in Cents place per plans. 10 1.47 343 EA Landscape Shrub,5 Gal., Dollars $ 22.32 $ 7,655.42 including planting,complete in Cents 11/ place per plans. ® 1.48 411 EA Landscape Shrub,3 Gal., Dollars $ 20.35 $ 8,363.85 including planting,complete in Cents 10 place per plans. 11, 1.49 1,305 EA Landscape Shrub,1 Gal., Dollars $ 11.55 $ 15,072.75 IIIincluding planting,complete in Cents place per plans. 1.50 11,590 SF 9"Bed Prep,including 6"Depth Prepared Dollars $ 3.33 $ 38,629.47 soil and 3"depth gravel mulch,per#13/LA5.01, Cents ® complete in place per plans. I/ 1.51 1,674 SF Bermuda Sod, Dollars $ 1.88 $ 3,148.79 complete in place per plans&specs. Cents II �, 1.52 1 LS Re-Vegetation,as needed,Including Fine Dollars $ Q2,500.00) $ 12,500.00 Ili Grading as Necessary,Soil Prep, Cents4111 ,,�� Establishment,Complete in place per plan&specs. II • r Approx Item Description and Bid Item Unit Written Unit Price Unit Price Amount • Quantity Written Unit Price or 1.53 1 LS Complete Irrigation system,including all Dollars $ 34,554.30 $ 34,554.30 trenching,conduit,backfill,wiring, Cents • fittings,boxes,fixtures,controller and appurtenances,complete,as well as r) temp.irrigation as needed,operational and in place per plan&specifications 0 0 1.54 1 LS Complete Lighting system,including all Dollars $ 313 500.00 $ 313,500.00 connections,trenching,conduit,backfill, Cents L.> 0 wiring,etc. IS 1.55 1 LS Electronic Message Center,including all Dollars $ 9,460.00 $ 9,460.00 II connections,trenching,conduit,backfill, Cents wiring,fabrication,etc. ID 1.56 12 MO 1-Year Maintenance Package to ensure project Dollars $ 16,07(7.(2.0 $ 120,000.00 warranty coverage. Cents ID 1.57 91 EA Premium Rubber Wheel Stops, Dollars $ 125.00 $ 11,375.00 IPcomplete in place per plans&specs. Cents 0 1.58 420 LF 2'Concrete Valley Gutter, Dollars $ 12.00 $ 5,040.00 IDcomplete in place per plans. Cents C.) II, TOTAL BASE BID(Items 1.01 thru 1.58): $ 3,336,990.34 I) STATEMENT OF SEPARATE CHARGES lit) Materials: $ All Other Charges: $ 111/ *TOTAL BASE BID: I$ 3,336,990.34 r *Note:This total must be the same amount as shown above for"Total Base Bid Items" If this proposal is accepted,the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and C) commence work within ten(10)days after written Notice to Proceed. The undersigned further agrees to complete the work to substantial completion within one hundred and forty-four(144)calendar days after the date of the written Notice-to-Proceed,and within twenty-one(21)calendar days shall reach final completion of the work in its Dentirety. ® The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. ID Respectfully Submitted, I 11) -'�� , jgj 1 '1 Cis Cct, DA Address p liffir s2 .S0S6 �phon III AllgrArr - S r ,'f idder is a 10 11111. Name(if Firm Corp tion 1111 c --) (-1 411 Date II I I n (1 ADD ALTERNATES Bid item Approx Unit Item Description and Unit Price Amount Quantity Written Unit Price AA.1 1 LS Add Alternative Option 1:Curb and Paver Grate Dollars No Bid No Bid complete in place per plans and detail 1/HS5.06. Cents AA.2 1 LS Add Alternative Option 2:Trench Across Main St. Dollars $ g10,000.00)$ 10,000.00 complete in place per plans and detail 3/HS5.06. Cents TOTAL ALTERNATE BID(Items AA.1-AA.2): $ 10,000.00 l ® STATEMENT OF SEPARATE CHARGES Materials: $ All Other Charges: $ *TOTAL ALTERNATE BID: $ 10,000.00 S TOTAL PROJECT BID: $ 3,346,990.34 *Note:This total must be the same amount as shown above for"Total Alternate Bid Items" • If this proposal is accepted,the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten(10)days after written Notice to Proceed. The undersigned further agrees to complete the work to substantial completion within one hundred and forty-four(144)calendar days after the date of the written Notice-to-Proceed,and within twenty-one(21)calendar days shall reach final completion of the work in its 10 entirety. 11/ The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities. 14;Respectfully Submitted, 11, Signature ( 4cs ' "zCJ �-S R Address Print Na e s7-0 one Ti e 1Z-10 � (aBidderisa ame of Firm Corp ration I Date p 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 00410 STATEMENT OF BIDDER'S SAFETY EXPERIENCE 0 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 0 Solicitation Requirements, Contract Forms & Conditions of Contract Statement of Bidder's Safety Experience Section 00410 C 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, 3 questions may be answered on separate attached sheets. Company Name: G Hyatt Construction, Inc. 1819 Cross Draw Trail, Leander, Tx 78641 512-650-5637 Address: Phone: Justin Hyatt 9/10/19 Completed by: Date: 3 1. Does the company have a written construction Safety program? :Yes ❑No 2. Does the company conduct construction safety inspections? ElYes ❑No 3. Does the company have an active construction safety-training program? :Yes ❑NoEY— / 4. Has the company been fined by OSHA for any willful safety violations in the past DYes El No ® three years? 5. Does the company have a lost time injury rate of 7.8 for SIC 15, or 7.6 for SIC 16, 0Yes ❑No or less over the past three years? 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 ONo 0 N/A B. Excavation :Yes ❑No ❑N/A C. Cranes :Yes ❑No ❑N/A D. Electrical El Yes El No El N/A E. Fall Protection :Yes ❑No ❑N/A F. Confined Spaces :Yes ❑No ❑N/A I hereby certify that the above info mation is true and correct. ��-- President Signature Title NIL Page 00410 8-2014 - Statement of Bidder's Safety Experience ' 00090654 n 0 0 0 a- , ; , ''ate �l; r,. a: O ❑ 'D D ❑ �7 ❑ ❑ C] tD ❑ ❑ mar. taw \J e o +� ¢v oa = 1 �,� ,' 0 ❑ C ❑ 0 D ❑ b D D a rtv 1` _0 ,,St ,. ',a ❑ ❑ D D D D ❑ ❑ roe ? h sy.O, fg O o G G D C D o o r �`�, __-- I ,; o o c o 0 o Q n o D o c ❑ aP N 3 v; M `e I ao v` h • O e � =• ?tit �= v I �l r1 +� --3 eP. I I I r1 rI I I I -a 1 1 O r : z +f 2 a 3 O o 2 o v t ' _ e �, ems:CI-1� 4-. I I I I `I 11 �I rI r1 1 I �I I aI c3 m •`g a i rR'' ��Q ❑ BC ❑ ❑ ❑ QQO ❑ QO• flL� ' 1 a _R_ 5 AT c O +O „P n -. O.� Qo Q = 4dg ti4.,.:am. o 0 O_� C_u '`��i: '7 p CO 77, C Q r' ..,..Z.„A a 3 _oam _ ; a no= O ❑ O ❑ CI 0 0 L'� © Q O O Q 1 in I �_- �.E_ .. a s • • C i 111*111!! 4C t�`x K d - c+cLi m � o H 0 ..-F,-h c. ?O O o,�,+3 y: o^a,cy gt g `° Li". 0 C C 4 .. O 0 4 tl — V i i 1 z_..__. Ve::, ,...•,' ' E t...' r - _ . 1 i f 1:Li h H O - I = - c c?ate_ o _V, nii° ,24. 2 6,-.. i _...? ?,. g 1 2 I 1 1 4 -1 E �� Wr tokei T. N b 4 u_ 0 = xtz�•-O -r.. -.......7 C C.) .e. ....t%....4 ' 'O a¢ `� o :r 5'3 ro0c 4m a� r n � I I -_I -O 'amJ� 3yu d ' S i C) C) 0 • ---) �_ ' ver • f. > (NIyJ' CLT fl` - �`� z ,rT >-• •- 1-Ni , ez I � : i1 I - ii f• J Y• � ,I K s V ^ v L• 'v 1. _4.3.. 7-: i 113. 73 - 6„ ,... • .E...• 1 , c CI ID Lit a 'n O - rq v Z Ill < c y '� r 1 11 :; i 2122 m o o z t.:� {� r 0 _p a y +.j ID0 .,,,...., . 2.--.-.8' p: m „... .. E.:„... k.:.„, 110 ID 4t, ID :ti • L j =.t R II a ii.-;-1 • •gy. C = .5. '°n �y L ~ �N �- _ �' 'G % - -:,4. - r ' 0 04 ... „..,.: ,... . i 11-,:-- 04 t..,0-•,;...,„;.,. `' ,t-7,.2;7.-,_-1•••.E:...%-,.-,, 1-Y:14. ... ,5..X„., i...-: -• r 12V3 ?. qi C1 hr :�i�r'�. 1 o 1V',..'1.."',"1 ....:.:' tve. -8 0 ,r.-- ..m70. r.., c, ,. N a a �y `;Z c v v7 11:::' c :.\.) ;._'-' S" 2-4',?. p: _ ..... ti.",*. ID m (( j J » 6 M' ^ L {�p'y.} ` ==c.1• . .ter', p'�'' >_a�% i; u LR At !: J! sy E ?., .. 2... -E. L/ u_ ,,a G` U ( ..A0 ; ' eletrT ;`,� = , am-4110 u) - E -44:4 Tr is4 O P�` 1 � .` - J 0 0 9 r n A _ = s�n13uucaH U ? wa :m - " d ❑ ❑ ❑ ❑ ❑ OOD ❑ ❑ ❑ ❑ °d n --.4.p. y =y uowpuw P. _ 0 C\I• d u c 1'p,°ap ur{S $ ❑ ❑ 0 ❑ ED ❑ ❑ ❑ 0 ❑ 0 ED ❑ -.,p„!p urn ta ar l/�/ Vf h C7 fan,L trui ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ kmrui �✓ 6 C w v Oy aO O C :. Y n l^ _ v I .5% =_. ° 4 I l I I I I I ?3 c%2 � i T T R w S. v T T• T T'G R � ti � z � 7ry4 0 vat s _ W Vei a� yI I I I I h R. /L/� o ° q 3 "0 .11 -'-❑ D ❑ Q ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ D I 4 uj to i�i C R a C a) v�' o O o c O p•` Q m Q g onEw� � .V4aam co= -❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ I O.2m . , a'ca = a:� Lo .2G▪= ,r � = ca v2� o D ❑ ❑ ❑ D ❑ ❑ D ❑ . a_ C p v.n_ c. o cii�� . r a a) L/l J 6 U CJ U ��.. 1 d .I+ C O Q V c o- v 2 ro Q a7 Q fl O C c .2 c U m C III .O • „, m o a v r _ y C Cn G N = 0 O v • 2 C.) O V �N = y c 7t5,... ., a o h a s aCi c c t 101111 0 II 1pac` G g V .`o Pacj rn�• o� u y - z t� v ��c4 . c e• .J ' i s cea hcz,m v } ? c G t d• — : c=a O Ji C c ,w c L 2 2 c ,, •U g , bTp n. O ^ o ,�i CC c c 88 _t_ 6 O 888 O ' _ y= 'c E c E E E E E E E EC E u :_•r n 2 x• i / CO O 2 = Q a' a C° c O ro a m :2 U E v x (2 cc :' ��a �= ^i^sue / oino � �vc_ " 14110 § k alli s i 0 T§ 8 -2-. r. , ,,,,I, Cr) V a3� C.▪`o dt !Lac ___ e zg - cco ,C F ;=c : 1 tb k y= l yT^ EZ T i i r O C j n (--) t 1. L-_-, J..,r. n ic 03 Z. N O v r'I aQ g S: n Q i 4 G �.(4., ti, \ 75 \t' 4. ,N a.€ F ro C, N + L yo , „: ::.,, . ,..„ s 1110'g , ,G ...,_ _. , 6' je 4 U LIIs le M • "'`t M i . g 1 o i s2.• :-, \ --._ 43, ',.."., _ _ • ,.2:.\ :N c z ws < is. vi ID 0 21' a o 42) m R ID C E i 1;1 aft IDti �' o o Q a> 0O �'z ID m ID 73 Em - O0 IlL ill ID o = 4 o • r h , O C C r� C i .f'.v ice. i z of ID 0 3O nfl � � • r. ^� O Q O % nU 1 ICI m t3o ID CtI 1 m �� rm y y tb N o 8 oc O r ^ m y J s t• 1 oA 11 O in Pc 12. v = rr h L` uem U w i': ` v., k �=r a ` u ` a v s2 z C E- w 1 ', a ' LC C7 111 a'Eh C a QQ .1 p >aO ry c_ 111 O boi`MJ ro �ma 52 dma cWE- C al 4 u y' p0. 0 I-1-. E •b ym �• m ,= $ y=°v oj O V 2 N y E m is.O ? v.O � it o4) : V E I'$ c ' C O�S ii E~ .: v = a s 8 3 N Cl o 0 0 e Y DC\1 12.,i !-- .>") it mom = ci.) ui 4 ...; ,(.,/ 'I:, , --6(--k-') 1.,.. _3...._.i. ,..._... ...„_:. ,., .,. i\ , 1 ...----1 _ V 1 Z = J _ .......;.„ N i II b.. : : 1 : -,-.... .,.. -. .,.. _,-.. >-, ij,-%Nkli ._.. r „ - _ - 0= 1, _ w S..., i R • - < °_= _ _ j _ A\ide s - L W E c. H 1 - y -- — ---------- ------ --- 4� _ S MON .) °= II) v f> a I '0 s y 0 C ,,, CD• 0 1_ J = _ U a n o m ? _ID km o a c ` c g ` y J- • lild v Z J. a, 1 a > r fz„ u, • r - tr., ,_ O y I:: r.,.• .: . ,, ...: 2.,7-, II N in F. - - } c 1 i_ o �T i O ^ r y = - a / Q c e m = _ *) ±, - ili m ti1 1 it-T::-:__- �� ,§ m •'''a :c-.---' ,S-:,,- _ 7-", .:!_,' ,,'• r a 0 4111 0 1-1—. E , ,,),o, cc..., i -5 = Ri At ^ m a o 2 L. v Q • 7. y i =-_ 1 U - S. y• U CJ i - .J ~ v - - _ E O yl� `� _ Z _ ; _ _ _ 0 N c3 (,) 4 11 JE E q i �t 0 i •2 [-N. ..az a!' .,i&ii.,ti a E2 :-.2 E E.: E 0 E_1 E E 0 El 0 0 q �� 4 1 C a uou,puo, 4,4 ^CD C - « O r— I._ it]In/-11 �...� QI >. � U „, �.•l,ins,l,[" N ❑ ❑ ❑ U ❑ ❑ ❑ C ❑ L-i ❑ ❑ I�,,i,,urIC N 0 of - V V -qui El c ❑ E E c ❑ c El c V ❑ ❑ .u�iui oo Z•° _ o i ? .2 e 0 u y . _ °ad 23 n ` w d Y 0u it r n X q 0 — In Ti.cp _. it,.Z E u) N ,c--'N L pkp O a a `-❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ !L O ? > [a L u z O a m L, Er- �_� mad 30 Z. m: -- C 4. a 0 i. (" Q N N l o n d -a) (n s- v N C C N U Q b 1110 Q aa) o ao ='•Qo , - o • At ri °' v rn y r lJ 4 J 0 co :ii ` 0 _ _ - _ _ - y i a.y w ,` hUhI + "f 1 1 I o ,� — ,, i O ali c i ' i. � � ; 1 F Q l ' y m U = l =_ 0 QQ? f Q , - ' -,� 3 . m - ___ Q -1 f r - - u 1 y 0 mac: 131 52C2 g _ _ _ 00500 AGREEMENT DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 AGREEMENT made as of the Uv (VI)day of tt CM VP--- in the year 2011. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor G Hyatt Construction, Inc. ("Contractor") 1819 Cross Draw Trail Leander,Texas 78641 The Project is described as: Downtown Round Rock Streetscape Improvements The Engineer is: Studio 16:19 Johnathan Wagner or Courtney Kuehner 1717 N Interstate Hwy 35, Ste 308 Round Rock,TX 78664 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 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 ♦ zoI' - 0159. DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 Ten ( 10 ) 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 Two hundred seventy five ( 275 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than Two hundred seventy five ( 275 )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 date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of One Thousand and No/100 Dollars($ 1000 ) 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 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 Two hundred seventy five ( 275 )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 million three hundred ninety thousand three hundred ninety one dollars and fifty eight cents ($2,390,391.58 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No . Yes X .If yes,please provide details below: Option 2: Trench across Main St. $10,000.00 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 August 2019 7.1.4 The Specifications are those contained in the Project Manual dated August 2019 7.1.5 The Drawings,if any,are those contained in the Project Manual dated August 2019 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated August 2019 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated August 2019 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: 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: City of Round Rock Dawn Scheel dscheel@,roundrocktexas.gov 512-218-6603 8.3 Contractor's representative is: Justin Hyatt G Hyatt Construction, Inc. 1819 Cross Draw Trail,Leander,TX 78641 ghyattconstruction@gmail.com 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. 00500 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 C7A OR CITY OF UND CK TEXAS _dr/IS vi-6.611) • Printed Na e: Tinted► . •-: AINEFAI Q Title r 'rtle: res/ Date Signed: 12' �� �"t Date Signed: ( ` 3 --/1' ATTEST: cgOA/t, City Clerk FOR CITY,APPROVED AS TO FORM: (... /204142‘,:_e2e22,16.t. City Attorney 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 IP • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX . AUGUST-2019 ✓ S • O D D 00600 INSURANCE AND • CONSTRUCTION BOND FORMS e I ID e IP 1 0 D D D 1 I 1 1 D D D D I w a DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 a BONDS AND INSURANCE INSTRUCTIONS Instruction Sheet 1. Insurance Company must be licensed by State of Texas. I 2. Agent signing bonds must be licensed in Texas. • 3. Agent signing bonds must have Power of Attorney on behalf of insurance 1" company. 4. If Agent signing bonds has Power of Attorney, but not licensed in Texas, then the 'C bond must be counter-signed by Texas local recording agent. t ALL THE ABOVE INFORMATION CAN BE FOUND AT Texas Department of Insurance website—www.tdi.state.tx.us 5. Make sure the dollar amount on both Performance and Payment Bonds match the amount of the Agreement& Bid Form Sheet. 6. Both Performance and Payment Bonds should be signed by Authorized Person. If C the contractor is a corporation, then it should be signed by the President or the Vice-President. If the contractor is not incorporated, then it may be signed by the Owner. Please state the title of the authorized person. C C C C C C C C C C L C PAYMENT BOND The Hanover Insurance Company (Public Work) Worcester, Massachusetts 01653-0002 Bond No.:BCD1063588 KNOW ALL BY THESE PRESENTS, That we, G.Hyatt Construction,Inc. , as Principal, and The Hanover Insurance Company , a Massachusetts corporation, as Surety, are held and firmly bound unto City of Round Rock,Texas as Obligee, in the sum of Two Million Three Hundred Ninety Thousand Three Hundred Ninety One and 58/100--- U.S. Dollars ( $2,390,391.58 ) for the payment whereof said Principal and Surety bind themselves,jointly and severally, as provided herein. - eatiA 11) 1 Ci WHEREAS, Principal has entered into a contract with Obligee, dated , for Downtown Round Rock Streetscape Improvements ("Contract"). NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payment to all Claimants as hereinafter defined for all labor and material actually used, consumed or incorporated in the performance of the construction work to be performed under the Contract, then this obligation shall be void; otherwise to remain in full force and effect, subject, however, to the following conditions: 1. A Claimant is defined as one other than Obligee having a contract with Principal or with a direct subcontractor of Principal to supply labor and/or materials and said labor and/or materials are actually used, consumed or incorporated in the performance of the construction work under the Contract. 2. Principal and Surety hereby jointly and severally agree with Obligee that every Claimant as herein defined who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such Claimant's work or labor was done or performed or materials were furnished by such Claimant, may bring suit on this bond, prosecute the suit to final judgment for the amount due under Claimant's contract for the labor and/or materials supplied by the Claimant which were used, consumed or incorporated in the performance of the work, and have execution thereon; provided, however, that a Claimant having a direct contractual relationship with a subcontractor of Principal shall have a right of action on this bond only if said Claimant notifies Surety in writing of its claim within ninety (90) days from the date on which said Claimant did or performed the last labor and/or materials for which the claim is made. Obligee shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any Claimant: a. After the expiration of the earlier of: (1) one year after the day on which Claimant last supplied the labor and/or materials for which the claim is made; or (2) the limitation period set forth in the public works bond statutes, if any, in the location where the construction work is being performed. Any limitation contained in this bond which is prohibited by any law controlling in the state where the suit is filed shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by the law of that state, and said period of limitation shall be deemed to have accrued and shall commence to run on the day Claimant last supplied the labor and/or materials for which the claim is made; and b. Other than in a state court of competent jurisdiction in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. Surety's liability hereunder is limited, singly, or in the aggregate, to the penal sum of the bond set forth herein. Payment Bond—Page 1 of 2 , 4-i- 5. This bond is provided to comply with a statutory or other legal requirement for performing construction contracts for public owners in the location where the construction work is being performed. Except as provided in paragraph 3 above, all provisions in the bond which are in addition to or differ from those statutory or legal requirements shall be read out of this bond, and all pertinent statutes and other legal requirements shall be read into the bond. This bond is a statutory bond, not a common law bond. Signed this 2nd day of December , 2019 . G.Hyatt Construction,Inc. (Prin 'pal) By: Han er Insurance Company By: C9.2. P974894t"—) e Hogan , Attorney-in-Fact Payment Bond—Page 2 of 2 No Text PERFORMANCE The Hanover Insurance Company BOND Worcester, Massachusetts 01653-0002 (Public Work) Bond No.:BCD1063588 KNOW ALL BY THESE PRESENTS, That we, G.Hyatt Construction,Inc. , as Principal, and The Hanover Insurance Company , a Massachusetts corporation, as Surety, are held and firmly bound unto City of Round Rock,Texas , as Obligee, in the sum of Two Million Three Hundred Ninety Thousand Three Hundred Ninety One and 58/100--- Dollars ( S 2,390,391.58 ) for the payment whereof said Principal and Surety bind themselves,jointly and severally, as provided herein. WHEREAS, Principal has entered into a contract with Obligee dated for Downtown Round Rock Streetscape Improvements ("Contract"). NOW, THEREFORE, the condition of this obligation is such that if Principal shall perform the Construction Work to be done under the Contract, then this obligation shall be null and void; otherwise to remain in full force and effect. Surety's obligations hereunder shall not arise unless Principal is in default under the Contract for failing to perform the Construction Work, and has been declared by Obligee to be in default under the Contract for failing to perform the Construction Work; and Obligee has performed its obligations under the Contract. In such event, Surety shall have a reasonable period of time to: 1. Upon entering into an acceptable written takeover agreement with Obligee, undertake to perform and complete the Construction Work to be done under the Contract; or 2. Obtain bids or negotiated proposals from qualified contractors for a contract for completion of the Construction Work to be done under the Contract, arrange for a contract to be prepared for execution by Obligee and contractor, to be secured with performance and payment bonds executed by a qualified surety; or 3. Waive its right to perform or complete the Construction Work pursuant to paragraphs 1 and 2 above, and with reasonable promptness under the circumstances: (a)After investigation, determine the amount for which it may be liable to the Obligee and, as soon as practicable after the amount is determined, tender payment therefor to the Obligee; or (b) Deny liability in whole or in part and notify the Obligee citing reasons therefor. 4. The Contract balance, as defined below, shall be credited against the reasonable construction cost of completing the Construction Work to be performed under the Contract. If completed by Obligee pursuant to paragraphs 2 or 3 above, and the reasonable construction cost exceeds the Contract balance, Surety shall pay to Obligee such excess, but in no event shall the aggregate liability of Surety exceed the amount of this bond. If Surety completes the Construction Work pursuant to paragraph 1 above, that portion of the Contract balance as may be required to complete the Construction Work to be done under the Contract and to reimburse Surety for its outlays shall be paid to Surety at the times and in the manner as said sums would have been payable to Principal had there been no default under the Contract; provided, however, that to the extent that Surety's outlays exceed the Contract balance paid to Surety by Obligee, Surety shall be entitled to a dollar for dollar reduction of its liability under this bond, and Surety's aggregate liability shall not exceed the penal sum of this bond. The term "Contract balance," as used in the paragraph, shall mean the total amount payable by Obligee under the Contract and any amendments thereto, less the amounts properly paid by Obligee to Principal under the Contract. The term "Construction Work" as used herein shall mean the providing all labor and/or material necessary to complete Principal's scope of work under the Contract. Notwithstanding any language in the Contract to the contrary, the Contract balance shall not be reduced or set off on account of any obligation, contractual or otherwise, except the reasonable construction cost incurred in completing the Construction Work. 5. Any suit by Obligee under this bond must be instituted before the earlier of: (a)the expiration of one year from the date of substantial completion of the Construction Work, or (b) one year after Principal Performance Bond—Page 1 of 2 z , 4 e. ceased performing the Construction Work under the Contract, excluding warranty work. If this bond is provided to comply with bond statutes in the location where the Construction Work is being performed, and the bond statutes contain a statute of limitations for suits on the performance bond, then the limitation period set forth herein shall be read out of this bond and the statute of limitation set forth in the bond statutes shall be read into this bond. If the limitation set forth in this bond is void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable, and said period of limitation shall be deemed to have accrued and shall commence to run no later than the earlier of (y) the date of substantial completion of the Construction Work, or(z)the date Principal ceased performing Construction Work, excluding warranty work. 6. No suit or action shall be commenced hereunder other than in a court of competent jurisdiction in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 7. This bond shall not afford coverage for any liability of Principal for tortious acts, whether or not said liability is direct or is imposed by the Contract, and shall not serve as or be a substitute for or supplemental to any liability or other insurance required by the Contract. No right of action shall accrue on this bond to or for the use of any person or entity other than the named Obligee. 8. This bond is provided to comply with applicable statutory or other legal requirement for performing construction contracts for public owners in the location where the Construction Work is being performed. Except as provided in paragraph 5 above, all provisions in the bond which are in addition to or differ from applicable statutory or legal requirements shall be read out of this bond, and all pertinent statutes and other legal requirements shall be read into the bond. Signed this 2nd day of December , 2019 . G.Hyatt Construction,Inc. (' • cipal) fal I rilYEA. By: rt The anov• ns ance Cimpany By: 111116.1 I'eggyHii.n ,Attorney-in-Fact Performance Bond—Page 2 of 2 4, THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,(hereinafter individually and collectively the"Company")does hereby constitute and appoint, Steven Lott, Steve Rickenbacher, David Oxford, Peggy Hogan,Sherrel Breazeale and/or Bart Russ Of Consolidated Insurance Partners of Dallas, TX each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States,any and all surety bonds, recognizances,undertakings,or other surety obligations.The execution of such surety bonds, recognizances,undertakings or surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company,in their own proper persons.Provided however,that this power of attorney limits the acts of those named herein;and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/100($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety, any and all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981—The Hanover Insurance Company;Adopted April 14, 1982—Massachusetts Bay Insurance Company;Adopted September 7,2001 —Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 13th day of January,2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COMPANY CITIZENS,t 1SURANCE COMPANY OF AMERICA 174°""thISCO4 0.4 i drEALI 4 41 Robert"I'tt.unas.Vice President THE HANOVER INSURANCE COMPANY MA SA HUSETT BAY I 0 RA CE COMPANY CIT EN I SU CE OF AMERICA THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )ss. J I ete.Vice es ent On this 13th day of January 2016 before me came the above named Vice Presidents The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. IOM NI J. MARINO � �... My Commission EvrosVE111L'J. a to, Public Mara I.P__ My Commission Expir."s MaI h 4,2022 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts,this 2ndday of December 2019. CERTIFIED COPY "-74,4?-4L. Theodore O.Martinez.Vico Piesidcnt,✓` r Hanover 1isctii+ince CART Texas Complaint Notice Commercial Lines IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call The Hanover Insurance Company/ Usted puede Ilamar al numero de telefono gratis de Citizens Insurance Company of America's toll-free The Hanover Insurance Company/Citizens Insurance telephone number for information or to make a Company of America's para informacion o para complaint at: someter una queja al: 1-800-343-6044 1-800-343-6044 You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street 440 Lincoln Street Worcester,MA 01653 Worcester,MA 01653 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies,coverages, de Texas para obtener informacion acerca de rights or complaints at: companias,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: P.O.Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax:(512)475-1771 Fax:(512)475-1771 Web:http://www.tdi.texas.gov Web:http://www.tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov 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 or about a claim you should contact the agent or the reclamo,debe comunicarse con el agente o la corn- company first.If the dispute is not resolved,you may pania primero.Si nose resuelve la disputa,puede contact the Texas Department of Insurance. entonces comunicarse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: This UNA ESTE AVISO A SU POLIZA: Este aviso es solo notice is for information only and does not become para proposito de informacion y no se convierte en a part or condition of the attached document. parte o condicion del documento adjunto. The Hanover Insurance Company 1 440 Lincoln Street,Worcester,MA 01653 181-1457(12/13)Page 1 of 1 Citizens Insurance Company of America 1 808 North Highlander Way,Howell,MI 48843 hanover.com No Text ACo® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/05/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Laura Shone NAME: Baldwin-Cox Agency,LLC (A/CC,N ,Ext):ONE (972)331-3747 FAX No): (972)644-8035 5930 Preston View Blvd Ste 200 E-MAIL laura@baldwinagency.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Dallas TX 75240 INSURER A: Cincinnati Specialty Underwriters Insurance Co INSURED INSURER B: Mercury County Mutual 29394 G Hyatt Construction Inc. INSURER C: Commerce and Industry Insurance Company 1819 Cross Draw Trl INSURER D: Ohio Security Insurance Co. 24082 INSURER E: Leander TX 78641 INSURER F: COVERAGES CERTIFICATE NUMBER: 19/20 MASTER 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. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 100,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 5,000 A CSU0106675 11/01/2019 11/01/2020 PERSONALS ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PRO- JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ B OWNED )/ SCHEDULED BA420000012994 01/17/2019 01/17/2020 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS XHIRED N/ NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY /� AUTOS ONLY (Per accident) X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 C EXCESS LIAB CLAIMS MADE EBU067975108 11/01/2019 11/01/2020 AGGREGATE $ 5,000,000 DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Equipment Floater D BMO(19)58412852 11/01/2019 11/01/2020 Leased/Rented $400,000 Equipment DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Round Rock as an additional insured for General Liability,Automobile Liability as required by written contact for General Liability.Umbrella is follow form of underlying coverages. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 3400 Sunrise Road AUTHORIZED REPRESENTATIVE Round Rock TX 78665 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD n A ADDITIONAL COVERAGES Ref# Description Coverage Code Form No. Edition Date Underinsured motorist combined single limit A UNCSL Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium 1,000,000 Ref# Description Coverage Code Form No. Edition Date PIP-Basic PIP Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium 2,500 Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium OFADTLCV Copyright 2001,AMS Services,Inc. �^ � x S • ' � - 1 �. � (, COMMERCIAL GENERAL LIABILITY CSGA 43712 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - OPERATIONS AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured 2. If coverage provided to the additional in- any person or organization when you and such sured is required by a contract or agree- person or organization have agreed in writing ment, the insurance afforded to such ad- in a contract or agreement that such person or ditional insured will not be broader than organization be added as an additional insured that which you are required by the con- on your policy, but only with respect to "bodily tract or agreement to provide for such ad- injury", "property damage" or "personal and ditional linsured. advertising injury"caused, in whole or in part, B. With respect to the insurance afforded to by: these additional insureds, the following addi- 1. Your acts or omissions in the perform- tional exclusions apply: ance of your ongoing operations for the This insurance does not apply to: additional insured; 1. "Bodily injury","property damage" or"per- 2. The acts or omissions of those acting on sonal and advertising injury" arising out of your behalf in the performance of your the rendering of, or the failure to render, ongoing operations for the additional in- any professional architectural, engineer- sured; or ing or surveying services, including: 3. "Your work" performed for the additional a. The preparing,approving, or failing to insured and included in the "products- prepare or approve, maps, shop completed operations hazard". drawings, opinions, reports, surveys, If not specified otherwise in the written con- field orders, change orders or draw tract or agreement, a person's or organiza ings and specifications; or tion's status as an additional insured under this b. Supervisory, inspection, architectural endorsement ends one year after your opera- or engineering activities_ tions for that additional insured are completed. The written contract or agreement must be 2. "Bodily injury" or "property damage" aris- currently in effect or become effective during ing out of"your work"for which a consoli- the term of this Coverage Part.The contract or dated (wrap-up) insurance program has agreement must be executed prior to the"bod- been provided by the prime contrac- ily injury", "property damage" or"personal and tor/project manager or owner of the con- advertising injury" to which this endorsement struction project in which you are involved. pertains. 3. "Bodily injury","property damage" or"per- However: sonal and advertising injury" to any em- ployee of you or to any obligation of the 1. The insurance afforded to such additional additional insured to indemnity another insured only applies to the extent permit- because of damages arising out of such ted by law; and injury. Includes copyrighted material of ISO CSGA 437 12 13 Properties, Inc.,with its permission. Page 1 of 2 No Text 4. "Bodily injury","property damage" or"per- D. With respect to the insurance afforded to sonal and advertising injury' for which the these additional insureds, SECTION IV - Named Insured is afforded no coverage COMMERCIAL GENERAL LIABILITY CON- under this policy of insurance. DITIONS, 4. Other Insurance is amended to C. With respect to the insurance afforded to include: these additional insureds, SECTION III - LIM- Any coverage provided herein will be excess ITS OF INSURANCE is amended to include: over any other valid and collectible insurance available to the additional insured whether The limits applicable to the additional insured primary, excess, contingent or on any other are those specified in the written contract or basis unless you have agreed in a written con- agreement or in the Declarations of this Cov- tract or written agreement executed prior to erage Part, whichever is less. If no limits are any loss that this insurance will be primary. specified in the written contract or agreement, This insurance will be noncontributory only if the limits applicable to the additional insured you have so agreed in a written contract or are those specified in the Declarations of this written agreement executed prior to any loss Coverage Part.The limits of insurance are in- and this coverage is determined to be primary. clusive of and not in addition to the limits of in- surance shown in the Declarations. Includes copyrighted material of ISO CSGA 437 12 13 Properties, Inc., with its permission. Page 2 of 2 No Text COMMERCIAL GENERAL LIABILITY CSGA 408712 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - PER CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8.Transfer of Rights of Recovery Against Others to Us of SECTION IV-CONDITIONS: If you have agreed, in a written contract or agreement, to provide a waiver of any right of recovery against a person or organization, we will waive any right of recovery we may have against that person or organization because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to that person or organization for which you have agreed to in a written contract to provide said waiver. Includes copyrighted material of Insurance CSGA 4087 12 12 Services Office, Inc.,with its permission. Page 1 of 1 No Text POLICY NUMBER: CSu0106675 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Where Required By Contract Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. For all sums which the insured becomes le- shown in the Declarations nor shall they gaily obligated to pay as damages caused by reduce any other Designated Construc- "occurrences" under Section I - Coverage A, tion Project General Aggregate Limit for and for all medical expenses caused by acci- any other designated construction project dents under Section I - Coverage C, which shown in the Schedule above. can be attributed only to ongoing operations at a single designated construction project 4. The limits shown in the Declarations for shown in the Schedule above: Each Occurrence, Damage To Premises Rented To You and Medical Expense 1. A separate Designated Construction continue to apply. However, instead of Project General Aggregate Limit applies being subject to the General Aggregate to each designated construction project, Limit shown in the Declarations, such lim- and that limit is equal to the amount of the its will be subject to the applicable Desig- General Aggregate Limit shown in the nated Construction Project General Ag- Declarations. gregate Limit. 2. The Designated Construction Project B. For all sums which the insured becomes le- General Aggregate Limit is the most we gaily obligated to pay as damages caused by will pay for the sum of all damages under "occurrences" under Section I - Coverage A, Coverage A,except damages because of and for all medical expenses caused by acci- "bodily injury" or "property damage" in- dents under Section I - Coverage C, which cluded in the "products-completed opera- cannot be attributed only to ongoing opera- tions hazard", and for medical expenses tions at a single designated construction proj- under Coverage C regardless of the ect shown in the Schedule above: number of: 1. Any payments made under Coverage A a. Insureds; for damages or under Coverage C for medical expenses shall reduce the b. Claims made or"suits"brought; or amount available under the General Ag- c. Persons or organizations making gregate Limit or the Products-completed claims or bringing"suits". Operations Aggregate Limit, whichever is applicable;and 3. Any payments made under Coverage A for damages or under Coverage C for 2. Such payments shall not reduce any medical expenses shall reduce the Des- Designated Construction Project General ignated Construction Project General Ag- Aggregate Limit. gregate Limit for that designated con- C. When coverage for liability arising out of the struction project.Such payments shall not "products-completed operations hazard" is reduce the General Aggregate Limit provided, any payments for damages be- CG 25 03 05 09 © Insurance Services Office, Inc.,2008 Page 1 of 2 ❑ i cause of "bodily injury" or "property damage" doned and then restarted, or if the authorized included in the "products-completed opera- contracting parties deviate from plans, blue- tions hazard" will reduce the Products- prints, designs, specifications or timetables, completed Operations Aggregate Limit, and the project will still be deemed to be the same not reduce the General Aggregate Limit nor construction project. the Designated Construction Project General Aggregate Limit. E. The provisions of Section HI - Limits Of Insur- ance not otherwise modified by this endorse- D. If the applicable designated construction proj- ment shall continue to apply as stipulated. ect has been abandoned, delayed, or aban- CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 2 of 2 El No Text THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Mercury Business Auto Broadening Endorsement This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. NEWLY ACQUIRED OR FORMED ENTITY(BROAD FORM NAMED INSURED) II. EMPLOYEES AS INSUREDS III. AUTOMATIC ADDITIONAL INSURED IV. EMPLOYEE HIRED AUTO LIABILITY V. SUPPLEMENTARY PAYMENTS VI. FELLOW EMPLOYEE COVERAGE VII. ADDITIONAL TRANSPORTATION EXPENSE VIII. HIRED AUTO PHYSICAL DAMAGE COVERAGE IX. ACCIDENTAL AIRBAG DEPLOYMENT COVERAGE X. LOAN/LEASE GAP COVERAGE XI. GLASS REPAIR— DEDUCTIBLE WAIVER XII. TWO OR MORE DEDUCTIBLES XIII. AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS XIV. WAIVER OF SUBROGATION XV. UNINTENTIONAL ERROR, OMISSION, OR FAILURE TO DISCLOSE HAZARDS XVI. EMPLOYEE HIRED AUTO PHYSICAL DAMAGE XVII. PRIMARY AND NONCONTRIBUTORY IF REQUIRED BY CONTRACT XVIII. HIRED AUTO—COVERAGE TERRITORY XIX. BODILY INJURY REDEFINED TO INCLUDE RESULTANT MENTAL ANGUISH Copyright 2015 Mercury Insurance Services,LLC. All rights reserved. MCA85101215 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 1 of 6 No Text BUSINESS AUTO COVERAGE FORM I. NEWLY ACQUIRED OR FORMED ENTITY(Broad Form Named Insured) SECTION II -LIABILITY COVERAGE,A. Coverage, 1. Who Is An Insured,the following is added: d. Any business entity newly acquired or formed by you during the policy period provided you own 50%or more of the business entity and the business entity is not separately insured for Business Auto Coverage. Coverage is extended up to a maximum of 180 days following acquisition or formation of the business entity. Coverage under this provision is afforded only until the end of the policy period. Coverage does not apply to an "accident"which occurred before you acquired or formed the organization. II. EMPLOYEES AS INSUREDS SECTION II -LIABILITY COVERAGE,A. Coverage, 1.Who Is An Insured,the following is added: e. Any"employee" of yours is an "insured"while using a covered "auto"you don't own, hire or borrow in your business or your personal affairs. III. AUTOMATIC ADDITIONAL INSURED SECTION II -LIABILITY COVERAGE,A. Coverage, 1. Who Is An Insured,the following is added: f. Any person or organization that you are required to include as additional insured on the Coverage Form in a written contract or agreement that is signed and executed by you before the "bodily injury" or"property damage" occurs and that is in effect during the policy period is an "insured"for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. IV. EMPLOYEE HIRED AUTO LIABILITY SECTION II -LIABILITY COVERAGE,A. Coverage, 1. Who Is An Insured,the following is added: g. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that"employee's" name,with your permission, while performing duties related to the conduct of your business. V. SUPPLEMENTARY PAYMENTS SECTION II—LIABILITY COVERAGE,A. Coverage, 2. Coverage Extensions, a. Supplementary Payments,Subparagraphs (2) and (4) are replaced by the following: (2) Up to$3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We are not obligated to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to$500 a day because of time off from work. VI. FELLOW EMPLOYEE COVERAGE: SECTION II—LIABILITY COVERAGE, B. Exclusions, 5. Fellow Employee This exclusion does not apply if you have workers' compensation insurance in-force covering all of your"employees". Coverage is excess over any other collectible insurance. Copyright 2015 Mercury Insurance Services,LLC. All rights reserved. MCA85101215 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 2 of 6 No Text VII. ADDITIONAL TRANSPORTATION EXPENSE SECTION III- PHYSICAL DAMAGE COVERAGE,A. Coverage,4. Coverage Extensions, a.Transportation Expenses, is replaced with the following: We will pay up to$50 per day to a maximum of$1000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type.We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration,when the covered "auto" is returned to use or we pay for its "loss". If your business shown in the Declarations is other than an auto dealership,we will also pay up to$1,000 for reasonable and necessary costs incurred by you to return a stolen covered auto from the place where it is recovered to its usual garaging location. VIII. HIRED AUTO PHYSICAL DAMAGE COVERAGE SECTION III—PHYSICAL DAMAGE COVERAGE,A. Coverage,4. Coverage Extensions,the following is added: c. If Liability Coverage is provided in this policy on a Symbol 1 or a Symbol 8 basis and Comprehensive,Specified Causes of Loss, or Collision coverages are provided under this coverage form for any"auto"you own,then the Physical Damage Coverages provided are extended to "autos"you hire,subject to the following limit: (1) The most we will pay for"loss"to any hired "auto" is$50,000 or Actual Cash Value or Cost of Repair, whichever is less (2) $500 deductible will apply to any loss under this coverage extension, except that no deductible shall apply to "loss" caused by fire or lightning Subject to the above limit and deductible we will provide coverage equal to the broadest coverage applicable to any covered "auto"you own of similar size and type. This coverage extension is excess coverage over any other collectible insurance. IX. ACCIDENTAL AIRBAG DEPLOYMENT COVERAGE SECTION III -PHYSICAL DAMAGE COVERAGE, B. Exclusions,3.a., is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. Copyright 2015 Mercury Insurance Services,LLC. All rights reserved. MCA85101215 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 3 of 6 1 � 1 � � ' � li X. LOAN/LEASE GAP COVERAGE SECTION III-PHYSICAL DAMAGE COVERAGE C. Limit of Insurance,the following is added: 4. In the event of a "total loss"to a covered "auto" shown in the schedule or declarations for which Collision and Comprehensive Coverage apply,we will pay any unpaid amount due on the lease or loan for that covered "auto," less: a. The amount paid under the Physical Damage Coverage Section of the policy;and b. Any: (1) Overdue lease/loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage. (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health,Accident or Disability Insurance purchased with the loan or lease;and (5) Carry-over balances from previous loans or leases. The most we will pay under Auto Loan/Lease Gap Coverage for an insured auto is 25%of the actual cash value of that insured auto at the time of the loss. XI. GLASS REPAIR—DEDUCTIBLE WAIVER SECTION III- PHYSICAL DAMAGE COVERAGE, D. Deductible,the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. XII. TWO OR MORE DEDUCTIBLES SECTION III -PHYSICAL DAMAGE COVERAGE, D. Deductible,the following is added: If two or more "company" policies or coverage forms apply to the same accident: 1. If the applicable Business Auto deductible is the smallest, it will be waived;or 2. If the applicable Business Auto deductible is not the smallest, it will be reduced by the amount of the smallest deductible; or 3. If the loss involves two or more Business Auto coverage forms or policies the smallest deductible will be waived. For the purpose of this endorsement "company" means the company providing this insurance and any of the affiliated members of the Mercury Insurance Group of companies. XIII. AMENDED DUTIES IN EVENT OF ACCIDENT,CLAIM,SUIT OR LOSS The requirement in SECTION IV, BUSINESS AUTO CONDITIONS,A. Loss Conditions, 2. Duties In The Event Of Accident, Claim,Suit, Or Loss, a., In the event of"accident",you must notify us of an "accident" applies only when the"accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. Copyright 2015 Mercury Insurance Services,LLC. All rights reserved. MCA85101215 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 4 of 6 No Text XIV. WAIVER OF SUBROGATION SECTION IV- BUSINESS AUTO CONDITIONS,A. Loss Conditions, 5.Transfer of Rights Of Recovery Against Others To Us,section is replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any"accident" or "loss", provided that the "accident"or"loss" arises out of the operations contemplated by such contract.The waiver applies only to the person or organization designated in such contract. XV. UNINTENTIONAL ERROR,OMISSION,OR FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, B. General Conditions, 2. Concealment, Misrepresentation, or Fraud,the following is added: Any unintentional omission of or error in information given by you, or unintentional failure to disclose all exposures or hazards existing as of the effective date or at any time during the policy period shall not invalidate or adversely affect the coverage for such exposure or hazard or prejudice your rights under this insurance. However,you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. XVI. EMPLOYEE HIRED AUTO PHYSICAL DAMAGE SECTION IV—BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, b. For Hired Auto Physical Damage Coverage, is replaced by the following: b. For Hired Auto Physical Damage Coverage,the following are deemed to be covered "autos"you own: 1. Any covered "auto"you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your"employee" under a contract in that individual "employee's" name,with your permission,while performing duties related to the conduct of your business. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". XVII. PRIMARY AND NONCONTRIBUTORY IF REQUIRED BY CONTRACT SECTION IV—BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance,the following is added and supercdes any provision to the contrary: e. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. Copyright 2015 Mercury Insurance Services,LLC. All rights reserved. MCA85101215 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 5 of 6 A A s XVIII. HIRED AUTO-COVERAGE TERRITORY SECTION IV- BUSINESS AUTO CONDITIONS, B. General Conditions, 7. Policy Period, Coverage Territory,e.Anywhere in the world if:, is replaced by the following: e. Anywhere in the world if: (1) A covered "auto" is leased, hired, rented or borrowed without a driver for a period of 30 days or less; and (2) The "insured's" responsibility to pay damages is determined in a "suit" on the merits, in the United States of America,the territories and possessions of the United States of America, Puerto Rico, or Canada or in a settlement we agree to. XIX. BODILY INJURY REDEFINED TO INCLUDE RESULTANT MENTAL ANGUISH SECTION V—DEFINITIONS, C. "Bodily Injury" is amended by adding the following: "Bodily injury" also includes mental anguish but only when the mental anguish arises from other bodily injury,sickness, or disease. Copyright 2015 Mercury Insurance Services,LLC. All rights reserved. MCA85101215 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 6 of 6 2 r GHYATTC-01 PALEXANDER Ac-OR� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/21/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Cravens Warren Insurance Agency,Inc. PHONE 10011 W.Gulf Bank Rd. (A/C,No,Ext):(713)690-6000 FAX No(713)690-6020 Houston,TX 77040 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# _ INSURER A:Texas Mutual Insurance Company 22945 INSURED INSURER B: G&A Outsourcing,Inc.dba G&A Partners INSURER C: 17220 Katy Freeway,Suite#350 INSURER D: Houston,TX 77094 INSURER E: 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. INSR ADDL SUBR LTR TYPE OF INSURANCE INSD VD POLICY NUMBER POLICY EFF POLICY EXP W (MM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO OWNED SCHEDULED BODILY INJURY(Per person) $ AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ A WORKERS COMPENSATION X $ AND EMPLOYERS'LIABILITY STATUTE EERH ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N X TSF0001076234 2/23/2019 2/23/2020 1,000,000 OFFICER/MEMBER EXCLUDED? N NIA E.L.EACH ACCIDENT $ ,000 Mandatory in NH) 1,000,000 If yes,describe under E.L.DISEASE-EA EMPLOYEE $ DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Form WC 42 03 11,Texas Professional Employer Organization(PEO)Endorsement,extends coverage to the covered employees of G Hyatt Construction,Inc., the client of the Named Insured. Project:Public Safety Training Academy Tenant Finish-Out Bldg.I C.I.P.:7238.003 Project Location:4800 Shaw Lane,Austin,TX 78744 SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Round Rock AUTHORIZED REPRESENTATIVE 3400 Sunrise Road Round Rock,Texas 78665 �eorn ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD No Text +� AGENCY CUSTOMER ID:GHYATTC-01 PALEXANDER LOC#: 1 ACOREP ki,....----- ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED G&A Outsourcing,Inc.dba G&A Partners Cravens Warren Insurance Agency,Inc. 17220 Katy Freeway,Suite#350 POLICY NUMBER Houston,TX 77094 SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: The Workers Compensation policy includes a blanket notice of cancellation to certificate holders endorsement, providing for 30 days advance notice if the policy is cancelled by the company other than for nonpayment of premium,30 days notice after the policy is canceled for nonpayment of premium(Form WC 42 06 01) ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD No Text TeXaSMutual® WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 03 11 EMPLOYERS LIABILITY POLICY Agent copy Texas Professional Employer Organization (PEO) Endorsement This endorsement provides coverage for your covered employees to the client shown in the Schedule below. This endorsement applies only if attached to a policy issued in your name as the primary insured, and only with respect to your client's and your covered employees under a professional employer services agreement between you and your client shown in the Schedule below. Certain words and phrases in this endorsement are defined as follows: Client means any person who enters into a professional employer services agreement with a PEO. Coemployment relationship means a contractual relationship between a client and a PEO that involves the sharing of employment responsibilities with, or allocation of employment responsibilities to, covered employees in accordance with the professional employer services agreement and Texas Labor Code, Chapter 91. Professional Employer Organization(PEO)means a business entity that offers professional employer services. Covered employee means an individual having a coemployment relationship with a PEO. Direct employee means an individual who is employed by a PEO or a client and does not have a coemployment relationship with a PEO. Professional Employer Services Agreement means a contract between a PEO and a client that includes details of the coemployment relationship. Part One(Workers Compensation Insurance)and Part Two(Employers Liability Insurance)apply to your covered employees to the client shown in the Schedule below. Under Part One,we will reimburse you for the benefits required by the workers compensation law if we are not permitted to pay the benefits directly to the persons entitled to them. Under Part Two,the limits of our liability apply jointly to you and the client. Our duty is to provide a single defense for you and the client on a claim, proceeding, or suit for damages payable under this insurance. The coverage afforded by this endorsement is not intended to satisfy the client's duty to secure its obligations under the workers compensation law for its direct employees. If this policy is cancelled,we will send notice of such cancellation to you.You must notify each client by certified mail within three days of receipt of such notice. Premium will be charged for covered employees of the client shown in the Schedule below.To satisfy your obligations under Part Five(Premium), C.2, you must maintain and furnish to us a complete payroll record by client for these covered employees. Part Four(Your Duties If Injury Occurs) applies to you and to the client.The client will recognize our right to defend under Parts One and Two and our right to inspect under Part Six(Conditions). PO Box 12058,Austin,TX 78711-2058 1 of 2 texasmutual.com I (800)859-5995 I Fax(800)359-0650 WC 42 03 11 I , TeXaSMutual® WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 03 11 EMPLOYERS LIABILITY POLICY Agent copy Schedule Client name FEIN Client ID G HYATT CONSTRUCTION LLC 273705740 1689 Locations 1689 13740 RESEARCH BLVD STE Q1 AUSTIN, TX 78750-1835 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 2/23/18 at 12:01 a.m.standard time,forms a part of: Policy no.0001076234 of Texas Mutual Insurance Company effective on 2/23/18 Issued to: G&A OUTSOURCING INC d7311r— This DBA: G&A PARTNERS is not a bill Authorized representative NCCI Carrier Code: 29939 2/20/18 PO Box 12058,Austin,TX 78711-2058 2 of 2 texasmutual.com I (800)859-5995 I Fax(800)359-0650 WC 42 03 11 No Text i pg g 1 ig Ili ti if 11 Bi u i 1 "6 "r li JJ I p ?g IR D al P II j 51 11 al 11 qgill "hi 1 p pi 11 gi p b 11 h i ill I 1 'I ' 1. ii la II 'i gl 111 11 11 I lu 5. i ai 0 a Ig P 1 I 1 § , ?, hi ! 3 '11 1 ii at 1 Pi 1? 5 11 I Pt 1 i 11 I h RI d 1 t 11 lig 1 1 1 h 1 ! W 11 - E l ! 1 I gp g la I g FA 6 p 1 gr ill g aildal 111 -i; i 1 d s : EJf;Q Prt g. 11 I 1 1 c I Oil 1 3 i I PI i 1 i r 11 ' ' 1 a g .g 4 i pH i M b C i 1 ii i 1 11 G 8 $ � Q 1' Tti i F i . i z !, 1 1 i 3 1 E g S Ni t 1 I 11 Nqki 1 II 1 II ill' 1 i 5 11 i i No Text • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • • • • ID • ID • • 00700 GENERAL CONDITIONS • S S S t S D I ID I I ID I I D II II II II 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 THIS PAGE LEFT INTENTIONALLY BLANK IP • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • City of Round Rock Contract Forms • General Conditions Section 00700 • • TABLE OF CONTENTS OF GENERAL CONDITIONS ID Article Page O Number& Title Number 1. DEFINITIONS 2 2. PRELIMINARY MATTERS 5 • 3. CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 7 110 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 8 . 5. BONDS AND INSURANCE 10 . 6. CONTRACTOR'S RESPONSIBILITIES 15 7. OTHER WORK 23 • 8. OWNER'S RESPONSIBILITIES 24 ID 9. ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION 24 ID 10. CHANGES IN THE WORK 26 ID ID 11. CHANGE OF CONTRACT AMOUNT 27 II 12. CHANGE OF CONTRACT TIMES 29 ID 13. TESTS AND INSPECTIONS;AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 31 I 14. PAYMENTS TO CONTRACTOR AND COMPLETION 33 15. SUSPENSION OF WORK AND TERMINATION 37 I 16. DISPUTE RESOLUTION 39 ID 111 17 RIGHT TO AUDIT 40 I 18. MISCELLANEOUS 41 I 00700 11-2017 Page 1 General Conditions 00162837 VI DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 GENERAL CONDITIONS I 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. 1.15 Drawings - Those portions of the Contract Documents which are graphic representations of the scope, 411 extent and character of the Work to be furnished and performed by the CONTRACTOR and which have been 00700 11-2017 Page 2 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 Birthday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 p Labor Day First Monday in September Veteran's Day November 11 Thanksgiving Day Fourth Thursday in November Friday after Friday after Thanksgiving Thanksgiving Th 00700 11-2017 Page 3 General Conditions vio DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 Christmas Eve December 24 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 ail 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. U 1.34 Shop Drawings -All drawings, diagrams, illustrations, schedules and other data or information which are 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. 00700 11-2017 Page 4 General Conditions • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. 1.37 Subcontractor-An individual, firm, or corporation having a direct contract with the CONTRACTOR for the performance of a part of the Work. 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. 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 ID 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 r 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. 111 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. ID ARTICLE 2 -PRELIMINARY MATTERS 2.1 Delivery of Agreement, Bonds, Insurance, and Other Documentation: Within five (5) 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. 00700 11-2017 Page 5 General Conditions I I DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 2.2 Copies of Documents: 41 The OWNER shall furnish to the CONTRACTOR two (2) copies of the Contract Documents unless otherwise 41 specified. . 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: 411 2.4.1 No Work shall be done at the site prior to the preconstruction conference without the OWNER's approval. I Before undertaking each part of the 'Work, the CONTRACTOR shaii 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 (41 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; �v .4 a letter designating CONTRACTOR's Superintendent; .5 a letter from the CONTRACTOR and Subcontractor(s) listing any salaried specialists; L. .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. 00700 11-2017 Page 6 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. 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): I 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 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: M 11) 00700 11-2017 Page 7 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. .3 Time Extension Request. 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. .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: 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 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 ;v 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 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 of the Work, will 00700 11-2017 Page 8 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 be notified in writing, stating the reasons. Any disputes arising from Owner's Representative's determination shall be resolved in accordance with Article 16. 0 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 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 ID the 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 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 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 j 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: ID 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 CONTRACTOR, Subcontractor, Suppliers or anyone else for whom the CONTRACTOR is responsible. 00700 11-2017 Page 9 General Conditions C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. ARTICLE 5-BONDS AND INSURANCE 5.1 Surety and Insurance Companies: r-. 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 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: • a 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 41 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 i 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. 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: 00700 11-2017 Page 10 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 .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 .2 no later than seven (7)days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. 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. 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 110 coverage showing that coverage is being provided for all employees of the person providing services 110 on the Project, for the duration of the Project; 110 .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 00700 11-2017 Page 11 General Conditions 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. 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: 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, 111 00700 11-2017 Page 12 General Conditions i DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. .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 110 to limit the responsibility or liability of CONTRACTOR. 5.3.1.2 Business Automobile Liability Insurance. 110 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. IP 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. 10 00700 11-2017 Page 13 General Conditions U DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 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. 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. f) 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. 00700 11-2017 Page 14 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 .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 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 6 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 j S 00700 11-2017 Page 15 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 r- 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 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 r' 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 11 l L the Project. The CONTRACTOR maintain good discipline and order on or off the site in ail matters pertaining to th Project. i he shall pay workers no less than the wage rates established in Section 00900, 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, 00700 11-2017 Page 16 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 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: 110 .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 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 00700 11-2017 Page 17 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 I 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. 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 snaii require all Subcontractors, Suppiiers 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 the use of any infringing design, device, material or process. 41 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. I I 00700 11-2017 Page 18 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 .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 furnishing and performing the Work. Except where otherwise expressly required by applicable laws and regulations, neither the OWNER nor E/A shall be responsible for monitoring the CONTRACTOR's compliance with any laws and regulations. S 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 11") 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: JO 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. r° 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 11) 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. 00700 11-2017 Page 19 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 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. 111 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 111 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, 4111 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 fill Specifications or to the acts or omissions of the OWNER, or E/A, or E/A'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). 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 CONTRACTOR shall provide certifications or other documentation of the safety representative's qualifications. 00700 11-2017 Page 20 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 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 110 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 E/A; .2 recommendation of any progress or final payment by Owner's Representative; 00700 11-2017 Page 21 General Conditions le DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 l7 .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: 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: 00700 11-2017 Page 22 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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: 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. 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 1-41 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 11 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 11 00700 11-2017 Page 23 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 -'- of _i_ _i: the .t: CONTRACTOR's means, methods,techniques, sequences or procedures construction or 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. 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). J 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 �1 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 , 00700 11-2017 Page 24 General Conditions 0 0 ® DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX O AUGUST-2019 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. 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. 110 . 9.3 Visits to Site: • 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: 111 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 TO 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. 00700 11-2017 Page 25 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. 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. �J 10.3.4 Upon receipt of a Change Directive, CONTRACTOR shall promptly proceed with the change in the Work involved. 00700 11-2017 Page 26 General Conditions 1" DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. . ARTICLE 11 -CHANGE OF CONTRACT AMOUNT 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 0 in paragraph 11.5). 1 1 0 00700 11-2017 Page 27 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 t� 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 00900 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 wiii 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 compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. In I case material invoices indicate a discount may be taken,the actual cost will be the invoice price minus the discount. .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 41 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 I 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). I 00700 11-2017 Page 28 General Conditions 111 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 110 • .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 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. 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 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. I 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. I 00700 11-2017 Page 29 General Conditions p DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 r•-' 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 �� � � of the CONTRACTOR, _ .J:._� but not limited to, b4.. deiays were beyond the control the including 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). 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: t_ January 7 days February 7 days March 7 days April 7 days May 8 days June 6 days July 6 days August 5 days September 7 days October 7 days 00700 11-2017 Page 30 General Conditions L__ DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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: 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; .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. 00700 11-2017 Page 31 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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 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: 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 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. 00700 11-2017 Page 32 General Conditions 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 . 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 110 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: 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 00700 11-2017 Page 33 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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, wiii 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 .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 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: 00700 11-2017 Page 34 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 .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; 110 .8 failure of the CONTRACTOR to maintain a record of changes on drawings and documents; 110 . .9 failure of the CONTRACTOR to maintain weekly payroll reports; .10 failure of the CONTRACTOR to submit monthly subcontractor reports; .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. 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 111 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 11 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: p 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 00700 11-2017 Page 35 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 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. 1 14.9 Final Inspection: j 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 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. 411 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); u .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 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; 41 .5 Non-Use of Asbestos Affidavit(After Construction); and I 00700 11-2017 Page 36 General Conditions I DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 .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 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: 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. 1111 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. 00700 11-2017 Page 37 General Conditions in DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 a 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; .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. 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 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. 00700 11-2017 Page 38 General Conditions O 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C 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) n 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 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 3 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 110 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 shall be concluded within thirty(30)calendar days of the first meeting, unless mutually agreed otherwise. This step may 00700 11-2017 Page 39 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 be waived by written agreement of both parties, in which event the parties may proceed directly to mediation as described below. 16.2.3 Mediation: fl 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 1111 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 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 procedures, time sheets, t 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 00700 11-2017 Page 40 General Conditions • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 written agreement between the CONTRACTOR and payee. Such requirements include a flow-down 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 110 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: r 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. I 18.2 Extent of Agreement: I 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: 00700 11-2017 Page 41 General Conditions DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 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 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 r� 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, 411 expressed or implied, of the CONTRACTOR shall render the Contract voidable by the OWNER. End of General Conditions 41 41 41 00700 11-2017 Page 42 General Conditions • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • • • • • • • • • • • 5 00800 SUPPLEMENTAL GENERAL CONDITIONS S I 1 S S 1 S II D D D 1 1 1 1 1 1 1 1 I DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 City of Round Rock Contract Forms 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 1 -DEFINITIONS 1 1A Fnninaar/ArrhitPrt(F/A)' Add the following: Name (Representative): Brent A.Baker Firm: studio16:19,LLC Address: 1717 N IH 35,Suite 308 City, State, Zip: Round Rock,TX 78664 Telephone: 512.534.8680 Facsimile: Email: brent@studio1619.com I 1.27 Owner's Representative: Add the following: Name: Dawn Scheel Title: Staff Engineer I Address: 2008 Enterprise Drive City, State, Zip: Round Rock,TX 78664 Telephone: 512.218.6603 Facsimile: Email: dscheel@roundrocktexas.gov ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES I 6.18 Liquidated Damages11 Add the following: 1. CONTRACTOR SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF 0/7( /a7(41GlnG'� AND NO/100 DOLLARS $1 OO()_ 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 ' t Page 1 ' 00800 10-2015 Supplemental General Conditions 00090669 1 1 • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • • • • • • • i I I I I 00900 SPECIAL CONDITIONS I I I I I I I I M I I 0 1 1 1 1 1 0 gm I DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 I 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 to the Contractor two (2) sets of conforming Contract r , Documents and Specifications unless otherwise specified. 01-02 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the 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 i,. 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. C SECTION 02-SPECIAL CONSIDERATIONS c 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. y. 02-02 UTILITY SERVICES FOR CONSTRUCTION , The Contractor will be responsible for providing his own utility services while C 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. 00900-1-2016 Page 1 Special Conditions 1) C 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 02-03 WAGE RATES • • Wage Rates(Information From Chapter 2258,Texas Government Code Title 10) • 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 O 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 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. p 00900-1-2016 Page 2 Special Conditions 1 fl DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl 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 C 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 a V is Countyilia,' 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/TX3 3.dvb?v=0 Construction Types: Heavy and Highway http://www.wdol.gov/wdol/scafiles/davisbacon/TX 16.dvb?v=0 Construction Type: Building C http://www.wdol.gov/wdol/scafiles/davisbaconITX76.dvb?v=1 c 02-04 LIMIT OF FINANCIAL RESOURCES C 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 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 • workmanship. 411 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 411 00900-1-2016 Page 3 Special Conditions 41 I 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 shall be included in the unit price bids. Any question arising as to the limits of work • shall be left up to the interpretation of the Engineer. • 02-07 LAND FOR WORK • • Owner provides, as indicated on Drawings, land upon which work is to be 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. • 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 110 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. 110 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. t 00900-1-2016 Page 4 Special Conditions n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C C SECTION 03-ACCESS AND TRAFFIC CONTROL C 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., C 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 (P' Traffic Control. t" C 41 41 41 i I I 00900-1-2016 Page 5 Special Conditions , I IP • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • • • • • • • • • 01000 TECHNICAL SPECIFICATIONS • • II II ID S S I II II I ID 1 1 1 1 1 I I I I I 1 C n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK C The Work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the inspection (' and testing, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The Round Rock Standard Specification Criteria Manual is hereby referred to and included in this contract as fully and to the same extent as if copied at length herein, and shall be applied to this project unless modified elsewhere as discussed below. The aforementioned Criteria Manual is the"Standard Specifications"section of the City of Round Rock Design and Construction Standards. The Standard Specifications may be accessed from the City of Round Rock website (www.roundrocktexas.gov) at the following web address: www.roundrocktexas.gov/dacs. Any adjustments,alterations,or additional information regarding Governing Technical Specifications are contained in the Plans (Drawings), Details and Notes described in Section 02000 of the Project Manual or are included in Attachment A at the end of this Technical Specifications Section. ITEM 2 CONTROL OF WORK .a 2.01 CLEAN-UP 2.01.1 CONSTRUCTION SITE During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean-up the site promptly when notified to do so by the Engineer. The Contractor shall,at his own expense,maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets,due to the Contractor's operations, shall be immediately removed. I Page 1 01000-7-2015 Technical Specifications , 00193116 1 t 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 • 2.01.2 BACKWORK • • 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 r refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. 110 . 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 • 3.01 EXAMINATION OF WORK S 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 110 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 ID 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, roe corners, etc., shall be carefully g Y property�Y 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. IP Page 2 01000-7-2015 Technical Specifications 00193116 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES, PLANTS AND SHRUBS The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the Contractor may remove trees and plants for construction right-of-way but only with approval of the Engineer. 4.03 TRAFFIC CONTROL MEASURES AND BARRICADES Traffic control measures and barricades shall be installed in accordance with the Texas Manual of Uniform Traffic Control Devices and in other locations deemed necessary by the Engineer, for the protection life and property. Under no circumstances will any existing road be permitted to remain closed over a weekend. No separate pay will be made for this item. Costs for this item shall be subsidiary to other items of work. , 4.04 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property corner monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL l w The Contractor shall at his own expense, make arrangement for the disposal of surplus material, such as rock, trees, brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall,at his own expense, provide additional space as necessary for his operations and storage of materials. 411 ITEM 5 MATERIALS 411 5.01 TRADE NAMES , Except as specified otherwise, wherever in the specifications an article or class of 41 material is designated by a trade name or by the name or catalog number of any maker, patentee,manufacturer,or dealer,such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and 41 serviceability for the purpose intended, as may be determined and judged by the 1111 Engineer in his sole discretion. I 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 7 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 (, y manufacturer, but rather to set a definite standard of quality for performance, and to �. Page 3 t._ 01000-7-2015 Technical Specifications 00193116 0 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX o AUGUST-2019 establish an equal basis for the evaluation of bids. Where the words "equivalent", 0 "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 o 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. 110 10 Page 4 ' 01000-7-2015 Technical Specifications 00193116 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 SUPPLEMENTAL TECHNICAL SPECIFICATIONS FOR SCOPE PROVIDED BY rti studio 16: 19 design•collaborate•solve•impact NOTE: Please refer to the City of Round Rock website for all standard specifications, as 1 well as Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, and if not . addressed, refer to these supplemental specifications. https://www.roundrocktexas.gov/departments/transportation/dacs/ 41 http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/spec-book-jan-June-15 41 - letting.pdf 41 When overlaps occur, all specifications provided by Studio16:19 shall be superceded by official City of Round Rock or Texas Department of Transportation � specifications. 41 SUPPLEMENTAL TECHNICAL SPECS 000101 - 1 I DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 TABLE OF CONTENTS PROCUREMENT&CONTRACTING EXTERIOR IMPROVEMENTS REQUIREMENTS 32 01 30 LANDSCAPE MAINTENANCE 00 01 07 PROJECT MANUAL SEALS 32 05 19 GEOTEXTILES . 00 01 15 LIST OF DRAWING SHEETS 32 14 00 UNIT PAVING • 32 17 13 PARKING BUMPERS GENERAL REQUIREMENTS 32 17 23 TACTILE WARNING SURFACING O 01 56 39 TEMPORARY TREE & PLANT 32 33 00 SITE FURNISHINGS PROTECTION 32 84 00 PLANTING IRRIGATION 32 91 13 SOIL PREPARATION • CONCRETE 32 92 00 TURF AND GRASSES 110 03 45 00 PLANT PRECAST CONCRETE 32 93 00 PLANTS • 32 94 00 PLANTING ACCESSORIES & • METALS 32 94 50 PAVEMENT SUPPORT SYSTEM 05 52 13 PIPE AND TUBE RAILINGS . WOOD, PLASTICS&COMPOSITES . 06 15 00 WOOD DECKING 06 52 00 PLASTIC STRUCTURAL ASSEMBLIES EARTHWORK 31 10 00 SITE CLEARING SUPPLEMENTAL TECHNICAL SPECS 000101 -2 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 Project Manual Seals for DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS Round Rock, TX PRO ECT OWNER CONTACTS a For Information Regarding Proposals: a Brian Kuhn , Transportation Assistant Director City of Round Rock a 2008 Enterprise Drive III Round Rock,TX 78664 . p :: 512.218.6694 I bkuhn@roundrocktexas.gov II DESIGN TEAM CONTACTS Principal in Charge/Landscape Architect 0,3408CA/14:11%6 a .g,.•••'•'••. lot 4111 Brent A. Baker,ASLA, CLARB r 4.•4- -b� f�studio 16:19, (lc % ` •�' �r��' � 1717 N. IH 35; Suite 308 {�•�►1111► Round Rock,TX 78664 O�� , 2 ,...co �•i� I,Tr-..;• cc:i p :: 512.534.8680 ������R��`�ro� I brent@studio1619.com I Project PM / Landscape Architect ;..h.vosl►,it% ,►'►. E OF T :** Jonathan Wagner,ASLA, LI r co . •. +#, , studio 16:19, Ilc M* • j, 6)*** . 1717N. IH35; Suite308 't" " ' " .— . . .0' 01 J•1A HAN WAGNE- •Round Rock,TX 78664 ��� ;� .: �� �00 �v. ,Pam* p :: 512.534.8680 ,�'t s D• 'l',, y; jwagner@studio1619.com ;�� W,�,,..•*~ a a PROJECT MANUAL SEALS 000107- 1 a a ( 9 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 0 MEP Engineer 0 Byron Hendrix Hendrix Consulting Engineers 0 115 E Main Street 0 Round Rock,TX 78664 n p :: 512.218.0060 byronh@hcengineer.com 0 Structural Engineer Larry Fisher --� Kings E360, Inc. 2851 Joe Dimaggio Boulevard, #22 Round Rock,TX 78665 p :: 512.244.1966 larryf@engr360.com • ) ) ) ) ) ) ) PROJECT MANUAL SEALS 000107-2 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 Plans, Details, and Notes for DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS Ai Round Rock, TX I 1 II The Project Plans (24"x36"), Details, and Notes are as follows: . 1. CV0.00 COVER SHEET , 2. CV0.01 SHEET INDEX 3. G0.01 GENERAL NOTES II 4. G0.02 GENERAL NOTES 5. SW0.00 OVERALL SCOPE OF WORK 6. EC0.01 EXISTING CONDITIONS,SITE PROTECTION & DEMOLITION PLAN II 7. EC0.02 EXISTING CONDITIONS, SITE PROTECTION & DEMOLITION PLAN II 8. TC0.01 TRAFFIC CONTROL DETAILS . 9. TC0.02 TRAFFIC CONTROL DETAILS 10. TC0.03 TRAFFIC CONTROL DETAILS 11. TC0.04 TRAFFIC CONTROL DETAILS II 12. TC0.05 TRAFFIC CONTROL DETAILS II13. TC0.06 TRAFFIC CONTROL DETAILS 14. TC0.07 TRAFFIC CONTROL DETAILS III 15. HS1.00 PAVING & PAVEMENT MARKING PLAN . 16. HS1.01 PARKLETS A, B&C SITE PLAN (SUB GRADE) III17. HS1.02 PARKLETS A, B& C BISON PLAN 18. HS1.03 PARKLETS A, B&C SITE PLAN (AT GRADE) II 19. HS1.04 PARKLETS A, B&C LAYOUT PLAN , 20. HS1.05 PARKLETS A, B&C GRADING & DRAINAGE PLAN 21. HS2.01 PARKLETS D, E & F SITE PLAN (SUB GRADE) 111 22. HS2.02 PARKLETS D, E & F BISON PLAN , 23. HS2.03 PARKLETS D, E & F SITE PLAN (AT GRADE) , 24. HS2.04 PARKLETS D, E & F LAYOUT PLAN 25. HS2.05 PARKLETS D, E & F GRADING & DRAINAGE PLAN II 26. HS3.01 LAMPASAS STREET SITE PLAN , 27. HS3.02 LAMPASAS STREET LAYOUT PLAN 28. HS3.03 LAMPASAS STREET GRADING & DRAINAGE PLAN II 29. HS4.01 SHEPPARD STREET SITE PLAN , 30. HS4.02 SHEPPARD STREET LAYOUT PLAN , 31. HS4.03 SHEPPARD STREET GRADING & DRAINAGE PLAN 32. HS5.01 HARDSCAPE DETAILS II 33. HS5.02 HARDSCAPE DETAILS , i PLANS, DETAILS,AND NOTES 000115- 1 I 1 0 a ® DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 34. HS5.03 HARDSCAPE DETAILS 35. HS5.04 HARDSCAPE DETAILS 36. HS5.05 HARDSCAPE DETAILS ,.� 37. HS5.06 HARDSCAPE DETAILS 38. H55.07 STRUCTURAL NOTES& DETAILS 39. HS5.08 SIGN MOUNTING DETAILS 40. HS5.09 SIGN MOUNTING DETAILS 41. HS5.10 ELECTRONIC MESSAGE CENTER DETAILS 42. HS5.11 PAVING & PAVEMENT MARKING DETAILS 43. HS6.01 BISON PLAN & DETAILS 44. HS6.02 QCP PLAN & DETAILS 45. E1.0 ELECTRICAL SITE PLAN 46. E1.1 ELECTRICAL SCHEDULES, NOTES, AND LEGENDS -� 47. E1.2 ELECTRICAL SCHEDULES 48. LA1.01 PARKLETS A, B, &C LANDSCAPE PLAN &OVERALL SCHEDULE 49. LA2.01 PARKLETS D, E &F LANDSCAPE PLAN 50. LA3.01 LAMPASAS STREET LANDSCAPE PLAN 51. LA4.01 SHEPPARD STREET LANDSCAPE PLAN 52. LA5.01 LANDSCAPE NOTES&DETAILS 53. IR0.00 OVERALL IRRIGATION PLAN 54. IR5.01 IRRIGATION DETAILS 55. IR5.02 IRRIGATION NOTES& DETAILS I I I 1 PLANS, DETAILS,AND NOTES 0001 15-2 411 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 , 411 SECTION 015639-TEMPORARY TREE AND PLANT PROTECTION PART 1-GENERAL 411 1.1 SUMMARY . A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work,whether temporary or permanent construction. 111 1.2 DEFINITIONS A. Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction and indicated on Drawings. I B. Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and indicated on Drawings. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference:Conduct conference at the Project Site. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. . B. Shop Drawings: M 1. Include plans, elevations, sections, and locations of protection-zone fencing and signage, showing relation of equipment-movement routes and material storage locations with 41 protection zones. C. Samples: For each type of the following: i C 1. Organic Mulch: Sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. 41 2. Protection-Zone Fencing:Assembled Samples. 3. Protection-Zone Signage: Full-size Samples. 411 D. Tree Pruning Schedule: Written schedule detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. 1.5 INFORMATIONAL SUBMITTALS A. Certification: From arborist, certifying that trees indicated to remain have been protected C during construction according to recognized standards and that trees were promptly and 411 properly treated and repaired when damaged. I TEMPORARY TREE AND PLANT PROTECTION 015639- 1 I 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 B. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. 0 C. Existing Conditions: Documentation of existing trees and plantings indicated to remain, which establishes preconstruction conditions that might be misconstrued as damage caused by • construction activities. O 1.6 QUALITY ASSURANCE A. Arborist Qualifications: Certified Arborist as certified by ISA, licensed arborist in jurisdiction where Project is located, current member of ASCA, or registered Consulting Arborist as designated by ASCA. • 1.7 FIELD CONDITIONS S • A. The following practices are prohibited within protection zones: 11/ 1. Storage of construction materials, debris,or excavated material. 2. Moving or parking vehicles or equipment. 110 3. Foot traffic. 4. Erection of sheds or structures. I 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Do not direct vehicle or equipment exhaust toward protection zones. C. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. I PART 2-PRODUCTS 2.1 MATERIALS I A. Backfill Soil: Stockpiled soil mixed with planting soil of suitable moisture content and granular texture for placing around tree; free of stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. 1. Mixture:Well-blended mix of two parts stockpiled soil to one-part planting soil. 2. Planting Soil: Planting soil as specified in Section 329113 "Soil Preparation". TEMPORARY TREE AND PLANT PROTECTION 015639-2 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 $'^ B. Organic Mulch: Free from deleterious materials and suitable as a top dressing for trees and shrubs, consisting of one of the following: 1. Type: Dark Shredded hardwood Mulch. C. Protection-Zone Fencing: Fencing fixed in position and meeting the following requirements: Previously used materials may be used when approved by Landscape Architect. 1. Chain-Link Protection-Zone Fencing: Galvanized-steel fencing fabricated from minimum !- 2-inch opening, 0.148-inch-diameter wire chain-link fabric;with pipe posts, minimum 2- 3/8-inch- OD line posts, and 2-7/8-inch- OD corner and pull posts; with 1-5/8-inch- OD top rails and 0.177-inch-diameter bottom tension wire; with tie wires, hog ring ties, and other accessories for a complete fence system. a. Height: 60 inches. D. Protection-Zone Signage: Shop-fabricated, rigid plastic or metal sheet with attachment holes pre-punched and reinforced; legibly printed with nonfading lettering. PART 3-EXECUTION 3.1 EXAMINATION C A. Erosion and Sedimentation Control: Examine the site to verify that temporary erosion- and sedimentation-control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. 3.2 PREPARATION A. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, (_ or excessive wetting caused by dewatering operations. B. Tree-Protection Zones: Mulch areas inside tree-protection zones and other areas indicated. Do {_ not exceed indicated thickness of mulch. 1. Apply 4-inch uniform thickness of organic mulch unless otherwise indicated. Do not �.._ place mulch within 6 inches of tree trunks. 411 3.3 PROTECTION ZONES I A. Protection-Zone Fencing: Install protection-zone fencing along edges of protection zones in a manner that will prevent people from easily entering protected areas except by entrance gates. 1. Chain-Link Fencing: Install to comply with ASTM F 567 and with manufacturer's written 41 instructions. 411 TEMPORARY TREE AND PLANT PROTECTION 015639-3 I 41 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 2. Posts: Set or drive posts into ground one-third the total height of the fence without 0 concrete footings. Where a post is located on existing paving or concrete to remain, provide appropriate means of post support acceptable to Landscape Architect. 0 B. Protection-Zone Signage: Install protection-zone signage in visibly prominent locations in a !� manner approved by Landscape Architect. C. Maintain protection zones free of weeds and trash. 3 D. Maintain protection-zone fencing and signage in good condition as acceptable to Landscape Architect and remove when construction operations are complete, and equipment has been 3 removed from the site. 9 3.4 EXCAVATION 9 3 A. General: Excavate at edge of protection zones and for trenches indicated within protection zones according to requirements in Section 312000 "Earth Moving" unless otherwise indicated. 9 B. Trenching within Protection Zones: Where utility trenches are required within protection zones, excavate under or around tree roots by hand or with air spade, or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots as required for root pruning. C. Do not allow exposed roots to dry out before placing permanent backfill. 3.5 ROOT PRUNING A. Prune tree roots that are affected by temporary and permanent construction. Prune roots as follows: 1. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips,tears,or pulls roots. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Cover exposed roots with burlap and water regularly. 4. Backfill as soon as possible according to requirements in Section 312000 "Earth Moving." B. Root Pruning at Edge of Protection Zone: Prune tree roots by cleanly cutting all roots to the depth of the required excavation. j C. Root Pruning within Protection Zone: Clear and excavate by hand or with air spade to the depth of the required excavation to minimize damage to tree root systems. If excavating by "', TEMPORARY TREE AND PLANT PROTECTION 015639-4 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 hand, use narrow-tine spading forks to comb soil to expose roots. Cleanly cut roots as close to excavation as possible. L C 3.6 CROWN PRUNING A. Prune branches that are affected by temporary and permanent construction. Prune branches as directed by arborist. 1. Prune to remove only injured, broken, dying, or dead branches unless otherwise L indicated. Do not prune for shape unless otherwise indicated. 2. Do not remove or reduce living branches to compensate for root loss caused by damaging or cutting root system. 3. Pruning Standards: Prune trees according to ANSI A300 (Part 1) and as indicated on L Drawings. B. Cut branches with sharp pruning instruments; do not break or chop. L L C. Do not paint or apply sealants to wounds. D. Chip removed branches and stockpile in areas approved by Landscape Architect. 4 3.7 REGRADING A. Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. C` L, B. Raising Grade: Where new finish grade is indicated above existing grade around trees, slope c grade beyond the protection zone. Maintain existing grades within the protection zone. C. Minor Fill within Protection Zone: Where existing grade is 2 inches or less below elevation of C finish grade, fill with backfill soil. Place backfill soil in a single uncompacted layer and hand grade to required finish elevations. C 3.8 FIELD QUALITY CONTROL A. Inspections: Engage a qualified arborist to direct plant-protection measures in the vicinity of L trees,shrubs, and other vegetation indicated to remain and to prepare inspection reports. 3.9 REPAIR AND REPLACEMENT L A. General: Repair or replace trees, shrubs, and other vegetation indicated to remain or to be relocated that are damaged by construction operations, in a manner approved by Landscape L. Architect. 1. Perform repairs of damaged trunks, branches, and roots within 24 hours according to L- arborist's written instructions. C L TEMPORARY TREE AND PLANT PROTECTION 015639-5 �" 0 0 ® DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 2. Replace trees and other plants that cannot be repaired and restored to full-growth 0 status, as determined by Landscape Architect. 0 0B. Excess Mulch: Rake mulched area within protection zones, being careful not to injure roots. Rake to loosen and remove mulch that exceeds a 4-inch uniform thickness to remain. 0 3.10 DISPOSAL OF SURPLUS AND WASTE MATERIALS 0 A. Disposal: Remove excess excavated material, displaced trees, trash, and debris and legally 0 dispose of them off Owner's property. 0 END OF SECTION 015639 3 3 3 10 TEMPORARY TREE AND PLANT PROTECTION 015639-6 0 C n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C SECTION 03450-PLANT-PRECAST ARCHITECTURAL CONCRETE C C PART 1-GENERAL 1.1 RELATED DOCUMENTS (� A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Precast architectural concrete units for planter walls. 1.3 PERFORMANCE REQUIREMENTS fF� A. Structural Performance: Provide precast architectural concrete units and connections capable of withstanding design loads within limits and under conditions indicated. C- B. Structural Performance: Provide precast architectural concrete units and connections capable of withstanding the following design loads within limits and under conditions indicated: 1. Dead Loads: (Per Structural Engineer) , 2. Live Loads: (Per Structural Engineer) 3. Wind Loads: (Per Structural Engineer) 4. Earthquake Loads: (Per Structural Engineer) 41 1.4 SUBMITTALS • A. Product Data: For each type of product indicated. B. Design Mixes: For each concrete mix. C. Shop Drawings: Detail fabrication and installation of precast architectural concrete units. Indicate member locations, plans, elevations, dimensions, shapes, cross sections, limits of each finish, and types of reinforcement, including special reinforcement. 1. Indicate locations, extent and treatment of dry joints if two-stage casting is proposed. 2. Indicate welded connections by AWS standard symbols. Detail loose and cast-in hardware, inserts, connections, and joints, including accessories. 3. Indicate locations and details of anchorage devices to be embedded in other construction. PLANT-PRECAST ARCHITECTURAL CONCRETE 034500- 1 I 0 C 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 Q 4. Indicate locations and details of thin brick units and joint treatment. a a 5. Indicate locations and details of stone facings,anchors, and treatment of joints. 0 6. Comprehensive engineering analysis signed and sealed by the qualified professional 0 engineer responsible for its preparation. D. Samples: For each type of finish indicated on exposed surfaces of precast architectural • concrete units, in sets of 3, illustrating full range of finish, color, and texture variations . expected per specified size. 1. Grout Samples for Initial Selection: Color charts consisting of actual sections of grout . showing the manufacturer's full range of colors. • E. Welding Certificates: Copies of certificates for welding procedures and personnel. 110 110 F. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information . specified. G. Material Test Reports: From a qualified testing agency indicating and interpreting test results of the following for compliance with requirements indicated: H. Material Certificates: Signed by manufacturers certifying that each of the following items complies with requirements: 1. Concrete materials. 2. Reinforcing materials 3. Admixtures. 4. Water-absorption test reports. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed precast architectural concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Fabricator Qualifications: A firm that complies with the following requirements and is experienced in manufacturing precast architectural concrete units, for a minimum of (20) years, similar to those indicated for this Project and with a record of successful in-service 0 performance. 1. Has a quality control program that is comparable to APA or PCI that is certified by a professional engineer. Must submit program with bid. 2. Has sufficient production capacity to produce required units without delaying the Work. PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-2 J 1 n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 3. All product to be entirely sourced and manufactured in USA 4. Fabricator to have minimum 8 years' experience with RHINO computer modeling, 3D r' CNC modeling and machining. C. Testing Agency Qualifications: An independent testing agency acceptable to authorities having (— jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. D. Design Standards: Comply with ACI 318 and the design recommendations of PCI MNL 120, "PCI Design Handbook--Precast and Prestressed Concrete." E. Quality-Control Standard: For manufacturing procedures and testing requirements, quality- control recommendations, and dimensional tolerances for types of units required, comply with PCI MNL 117, "Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products." F. Product Options: Drawings indicate size, profiles, and dimensional requirements of precast concrete units and are based on the specific types of units indicated. Other fabricators' precast C concrete units complying with requirements may be considered. Refer to Division 1 Section r- "Substitutions." G. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code-- C� Steel"; and AWS D1.4, "Structural Welding Code--Reinforcing Steel." H. Samples: Before fabricating precast architectural concrete units, produce samples to establish C the approved range of selections made under sample Submittals. Produce a minimum of 3 sets of full-scale samples pieces as chosen by the architect, to demonstrate the expected range of finish, color,and texture variations. �.,. 1. In presence of Architect, damage part of an exposed-face surface for each finish, color, and texture, and demonstrate materials and techniques proposed for repair of surface �- blemishes to match adjacent undamaged surfaces. C 2. Maintain sample pieces during construction in an undisturbed condition as a standard for judging the completed Work. Mockups: Before installing precast architectural concrete units, build mockups to verify 1111 selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build mockups to comply with the following requirements, using materials indicated for the completed Work: I 1. Build mockups in the location and of the size indicated or, if not indicated, as directed by Architect. 41 2. Notify Architect seven days in advance of dates and times when mockups will be I constructed. 3. Obtain Architect's approval of mockups before starting fabrication. PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-3 411 ``J �^^,, DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 1 AUGUST-2019 4. In presence of Architect, damage part of an exposed face for each finish, color, and texture, and demonstrate materials and techniques proposed for repairs to match 0 adjacent undamaged surfaces. 5. Maintain mockups during construction in an undisturbed condition as a standard for ( judging the completed Work. (? 6. Demolish and remove mockups when directed. 0 7. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. J. Preinstallation Conference: Conduct conference at Project site to comply with requirements of Division 1 Section "Project Meetings." 1.6 DELIVERY, STORAGE,AND HANDLING 0 A. Deliver precast architectural concrete units to Project site in such quantities and at such times 110 to ensure continuity of installation. Store units at Project site to prevent cracking, distorting, warping,staining, or other physical damage, and so markings are visible. 111) B. Lift and support units only at designated lifting and supporting points as shown on Shop r Drawings. • 1.7 SEQUENCING A. Furnish anchorage items to be embedded in or attached to other construction without delaying the Work. Provide setting diagrams, templates, instructions, and directions, as required,for installation. PART 2-PRODUCTS 2.1 FABRICATORS A. Available Fabricators: Subject to compliance with requirements, fabricators offering products that may be incorporated into the Work include the following: B. Fabricators:Subject to compliance with requirements: 1. QCP -Quick Crete Products Corp., Norco, CA. Contact:Anthony Vargas @ (951)737-6240 or Anthony.vargas@qcp-corp.com. 2. Fabricators not listed above must be pre-approved by the landscape architect 7 days 1 y before the bid proposals are due. Fabricator must submit a sample piece representative of at least one of the types of precast products on the project for approval to be pre- approved. Approval is at the sole discretion of the owner and the landscape architect. If the fabricator is not pre-approved they cannot be used on the project. 1 PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-4 ) n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 (f; 2.2 MOLD MATERIALS A. Molds: Provide molds and, where required, form-facing materials of metal, plastic, wood, or another material that is nonreactive with concrete and dimensionally stable to produce continuous and true precast concrete surfaces within fabrication tolerances and suitable for required finishes 2.3 CONCRETE MATERIALS A. Portland Cement:ASTM C 150,Type I (white) or Type III (gray),of same type, brand, source. B. Normal-Weight Aggregates: Except as modified by PCI MNL 117, ASTM C 33, with coarse aggregates complying with Class 5S. 1. Coarse Aggregates: Selected, hard, and durable;free of material that reacts with cement or causes staining. if•,, a. Gradation: Gap Graded. 2. Fine Aggregates: Selected, natural or manufactured sand of the same material as coarse aggregate, unless otherwise approved by Architect. C. Coloring Admixture: ASTM C 979, synthetic mineral-oxide pigments or colored water-reducing admixtures,temperature stable, nonfading, and alkali resistant. D. Water: Potable; free from deleterious material that may affect color stability, setting, or411 strength of concrete and complying with chemical limits of PCI MNL 117. 41 E. Air-Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. F. Water-Reducing Admixture:ASTM C 494,Type A. 41 G. High-Range,Water-Reducing Admixture:ASTM C 494,Type F. 41 I 2.4 GROUT MATERIALS 41 A. Sand-Cement Grout: Portland cement, ASTM C 150, Type I, and clean, natural sand, ASTM C 144. Mix at ratio of 1 part cement to 2-1/2 parts sand, by volume, with minimum , water required for placement and hydration. 2.5 CONCRETE MIXES , A. Prepare design mixes for each type of concrete required. 411 1. Limit use of fly ash and silica fume to not exceed, in aggregate, 25 percent of portland cement by weight. I B. Design mixes may be prepared by a qualified independent testing agency or by qualified precast plant personnel at precast architectural concrete fabricator's option. 41 i PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-5 I 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 C. Limit water-soluble chloride ions to the maximum percentage by weight of cement permitted ® by ACI 318. 0 D. Normal-Weight Concrete Mixes: Proportion mixes by either laboratory trial batch or field test data methods according to ACI 211.1, with materials to be used on Project, to provide normal- weight concrete with the following properties: 1. Compressive Strength (28 Days):5000 psi. . 2. Maximum Water-Cementitious Materials Ratio:0.45. E. Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of . placement having an air content complying with PCI MNL 117. F. When included in design mixes, add other admixtures to concrete mixes according to manufacturer's written instructions. 110 2.6 MOLD FABRICATION A. Molds: Accurately construct molds, mortar tight, of sufficient strength to withstand pressures due to concrete-placement operations and temperature changes. . B. Maintain molds to provide completed precast architectural concrete units of shapes, lines, and dimensions indicated,within fabrication tolerances specified. 1. Edge and Corner Treatment: Uniformly radiused. 2.7 FABRICATION A. Cast-in Anchors, Inserts, Plates, Angles, and Other Anchorage Hardware: Fabricate anchorage hardware with sufficient anchorage and embedment to comply with design requirements. Accurately position for attachment of loose hardware, and secure in place during precasting operations. Locate anchorage hardware where it does not affect position of main reinforcement or concrete placement. B. Furnish loose steel plates, clip angles, seat angles, anchors, dowels, cramps, hangers, and other hardware shapes for securing precast architectural concrete units to supporting and 1 adjacent construction. C. Cast-in reglets, slots, holes, and other accessories in precast architectural concrete units to ® receive windows, cramps,dowels, reglets,waterstops,flashings, and similar work as indicated. D. All cast-in anchors, plates or inserts to be made from non-corrosive steel per PCI-ML117. E. Reinforcement: Comply with recommendations in CRSI's "Manual of Standard Practice" and PCI MNL 117 for fabricating, placing, and supporting reinforcement. 1. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete. PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-6 1 L DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 �~ L 2. Accurately position, support, and secure reinforcement against displacement during concrete-placement and consolidation operations. Completely conceal support devices to prevent exposure on finished surfaces. 3. Place reinforcement to maintain at least 3/4-inch minimum coverage. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position while placing f` concrete. Direct wire tie ends away from finished, exposed concrete surfaces. 4. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Reinforce precast architectural concrete units to resist handling, transportation, and erection stresses. G. Mix concrete according to PCI MNL 117 and requirements in this Section. After concrete batching, no additional water may be added. H. Place concrete in a continuous operation to prevent seams or planes of weakness from forming in precast concrete units. Comply with requirements in PCI MNL 117 for measuring, mixing,transporting, and placing concrete. I. Thoroughly consolidate placed concrete by internal and external vibration without dislocating . or damaging reinforcement and built-in items. Use equipment and procedures complying with PCI MNL 117. 41 J. Comply with ACI 306.1 procedures for cold-weather concrete placement. K. Comply with ACI 305R recommendations for hot-weather concrete placement. L. Identify pickup points of precast architectural concrete units and orientation in structure with 41 permanent markings, complying with markings indicated on Shop Drawings. Imprint or permanently mark casting date on each precast architectural concrete unit on a surface that will not show in finished structure. M. Cure concrete, according to requirements in PCI MNL 117, by moisture retention without heat L or by accelerated heat curing using low-pressure live steam or radiant heat and moisture. L N. Discard precast architectural concrete units that are warped, cracked, broken, spalled, stained, L or otherwise defective unless repairs are approved by Architect. 2.8 FABRICATION TOLERANCES A. Fabricate precast architectural concrete units straight and true to size and shape with exposed edges and corners precise and true so each finished panel complies with PCI MNL 117 product L tolerances as well as position tolerances for cast-in items. L L PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-7 L n C) DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 B. Fabricate precast architectural concrete units straight and true to size and shape with exposed edges and corners precise and true so each finished panel complies with the following product tolerances: 1. Overall Height and Width of Units, Measured at the Face Exposed to View:As follows: C) a. 10 feet or under, plus or minus 1/8 inch. 2. Overall Height and Width of Units, Measured at the Face Not Exposed to View: As follows: a. 10 feet or under, plus or minus 1/4 inch. 3 C. Position Tolerances: For cast-in items measured from datum line location, as indicated on Shop 3 Drawings. 1. Weld Plates: Plus or minus 1 inch. J 2. Inserts: Plus or minus 1/2 inch. 3. Handling Devices: Plus or minus 3 inches. 110 4. Reinforcing Steel and Welded Wire Fabric: Plus or minus 1/4 inch where position has structural implications or affects concrete cover;otherwise, plus or minus 1/2 inch. 2.9 FINISHES A. Finish exposed-face surfaces of precast architectural concrete units to match approved design reference sample and as follows: 1. Textured-Surface Finish: Impart by form liners or inserts to provide surfaces free of pockets, streaks, and honeycombs, with uniform color and texture. Any air-pocket in the surface of the precast must be sacked or filled to match. ID B. Finish unexposed surfaces of precast architectural concrete units by float finish. 2.10 SOURCE QUALITY CONTROL A. Owner will employ an independent testing agency to evaluate precast architectural concrete fabricator's quality-control and testing methods. 1. Allow Owner's testing agency access to material storage areas, concrete production equipment, concrete placement, and curing facilities. Cooperate with Owner's testing agency and provide samples of materials and concrete mixes as may be requested for additional testing and evaluation. B. Quality-Control Testing: Test and inspect precast concrete according to PCI MNL 117 requirements. PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-8 C C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C C. Strength of precast concrete units will be considered deficient if units fail to comply with ACI 318 requirements. r— D. Testing: If there is evidence that the strength of precast concrete units may be deficient or may not comply with ACI 318 requirements, Owner will employ an independent testing agency to obtain, prepare, and test cores drilled from hardened concrete to determine compressive C strength according to ASTM C 42. 1. A minimum of three representative cores will be taken from units of suspect strength, from locations directed by Architect. %~ 2. Cores will be tested in an air-dry condition. 3. Strength of concrete for each series of 3 cores will be considered satisfactory if the average compressive strength is equal to at least 85 percent of the 28-day design compressive strength and no single core is less than 75 percent of the 28-day design compressive strength. 4. Test results will be made in writing on the same day that tests are performed, with copies to Architect, Contractor,and precast concrete fabricator.Test reports will include the following: a. Project identification name and number. , b. Date when tests were performed. c. Name of precast concrete fabricator. d. Name of concrete testing agency. e. Identification letter, name, and type of precast concrete unit or units represented C by core tests; design compressive strength; type of break; compressive strength at breaks, corrected for length-diameter ratio; and direction of applied load to core in relation to horizontal plane of concrete as placed. C E. Patching: If core test results are satisfactory and precast concrete units comply with C requirements, clean and dampen core holes and solidly fill with precast concrete mix that has no coarse aggregate, and finish to match adjacent precast concrete surfaces. t-- F. Defective Work: Precast architectural concrete units that do not comply with requirements, including strength, manufacturing tolerances, and finishes, are unacceptable. Replace with precast concrete units that comply with requirements. C C C C PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-9 C C • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX ® AUGUST-2019 PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation tolerances, true and level bearing surfaces, and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. B. Do not install precast concrete units until supporting concrete has attained minimum design compressive strength. 3.2 INSTALLATION A. Anchor precast architectural concrete units in position by bolting, welding, grouting, or as otherwise indicated. Remove temporary shims, wedges, and spacers as soon as possible after ® anchoring and grouting are completed. B. At bolted connections, use lock washers or other acceptable means to prevent loosening of nuts. 110 C. Grouting Connections: Grout connections where required or indicated. Retain grout in place until hard enough to support itself. Pack spaces with stiff grout material, tamping until voids . are completely filled. Place grout to finish smooth, level, and plumb with adjacent concrete surfaces. Keep grouted joints damp for not less than 24 hours after initial set. Promptly remove grout material from exposed surfaces before it affects finishes or hardens. • 3.3 ERECTION TOLERANCES ID A. Install precast architectural concrete units level, plumb, square, true, and in alignment without exceeding the noncumulative erection tolerances of PCI MNL 117,Appendix I. p B. Install precast architectural concrete units level, plumb, square, and true, without exceeding . the following noncumulative erection tolerances. 1. Plan Location from Building Grid Datum: Plus or minus 1/2 inch. 2. Plan Location from Centerline of Steel: Plus or minus 1/2 inch. 3. Top Elevation from Nominal Top Elevation:As follows: a. Exposed Individual Panel: Plus or minus 1/4 inch. b. Nonexposed Individual Panel: Plus or minus 1/2 inch. c. Exposed Panel Relative to Adjacent Panel: 1/4 inch. d. Nonexposed Panel Relative to Adjacent Panel: 1/2 inch. 4. Support Elevation from Nominal Support Elevation:As follows: ID PLANT-PRECAST ARCHITECTURAL CONCRETE 034500- 10 41 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 a. Maximum Low: 1/2 inch. • 411 b. Maximum High: 1/4 inch. . 5. Maximum Plumb Variation over the Lesser of Height of Structure or 100 Feet: 1 inch. 6. Plumb in Any 10 Feet of Element Height: 1/4 inch. 7. Maximum Jog in Alignment of Matching Edges: 1/4 inch. 8. Joint Width (Governs over Joint Taper): Plus or minus 1/4 inch. I 9. Maximum Joint Taper: 3/8 inch. 10. Joint Taper in 10 Feet: 1/4 inch. 11. Maximum Jog in Alignment of Matching Faces: 1/4 inch. i 12. Differential Bowing or Camber, as Erected, between Adjacent Members of Same Design: 1/4 inch. 3.4 FIELD QUALITY CONTROL A. Testing: Owner will engage a qualified independent testing and inspecting agency to perform C field tests and inspections. C B. Field welds and connections using high-strength bolts will be subject to tests and inspections. C C. Testing agency will report test results promptly and in writing to Contractor and Architect. D. Remove and replace work that does not comply with specified requirements. �- E. Additional testing and inspecting, at Contractor's expense, will be performed to determine �= compliance of corrected work with specified requirements. (" 3.5 REPAIRS A. Repair exposed exterior surfaces of precast architectural concrete units to match color, texture, and uniformity of surrounding precast architectural concrete if permitted by Architect. B. Remove and replace damaged precast architectural concrete units if repairs do not comply c with requirements. C. Fabricator to provide 10 hours of repair work upon completion of installation. And another 4 hours of training on the maintenance of the precast. 3.6 CLEANING C A. Clean exposed surfaces of precast concrete units after erection to remove weld marks, other markings, dirt, and stains. PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-11 C 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • 1. Wash and rinse according to precast concrete fabricator's written recommendations. r Protect other work from staining or damage due to cleaning operations. • 2. Do not use cleaningmaterials orprocesses that could change the• g appearance of exposed concrete finishes. • END OF SECTION • 10 111, I PLANT-PRECAST ARCHITECTURAL CONCRETE 034500-12 1 C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 SECTION 055213-PIPE AND TUBE RAILINGS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Steel pipe and tube railings. 2. Stainless-steel pipe and tube railings. 1.2 ACTION SUBMITTALS A. Product Data: For the following: 1. Manufacturer's product lines of mechanically connected railings. 2. Railing brackets. C 3. Grout, anchoring cement, and paint products. B. Shop Drawings: Include plans, elevations,sections, details, and attachments to other work. C. Samples: For each type of exposed finish required. a D. Delegated-Design Submittal: For railings, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 111 1.3 INFORMATIONAL SUBMITTALS A. Product Test Reports: For pipe and tube railings, for tests performed by a qualified testing agency, according to ASTM E 894 and ASTM E 935. 1111 PART 2-PRODUCTS • 2.1 MANUFACTURERS 41 A. Powder Coated Steel Pipe and Tube Railings: 1. VIVA Railings, LLC , 2. Wagner, R & B, Inc. a 2.2 PERFORMANCE REQUIREMENTS a A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 , "Quality Requirements,"to design railings, including attachment to building construction. a , PIPE AND TUBE RAILINGS 055213- 1 e S • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX ® AUGUST-2019 B. Structural Performance: Railings, including attachment to building construction, shall withstand the effects of gravity loads and the following loads and stresses within limits and ID under conditions indicated: • 1. Handrails and Top Rails of Guards: • a. Uniform load of 50 lbf/ft. applied in any direction. • • b. Concentrated load of 200 lbf applied in any direction. • c. Uniform and concentrated loads need not be assumed to act concurrently. lb 2. Infill of Guards: • a. Concentrated load of 50 lbf applied horizontally on an area of 1 sq.ft. b. Infill load and other loads need not be assumed to act concurrently. S 2.3 METALS, GENERAL A. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as 111 supported rails unless otherwise indicated. 1. Provide type of bracket with flange tapped for concealed anchorage to threaded hanger bolt and that provides 1-1/2-inch clearance from inside face of handrail to finished wall surface. 2.4 STEEL AND IRON A. Tubing:ASTM A 500(cold formed). S B. Pipe: ASTM A 53/A 53M, Type F or Type S, Grade A, Standard Weight (Schedule 40), unless another grade and weight are required by structural loads. 0 1. Provide black powder coat finish for exterior installations and where indicated. C. Plates, Shapes, and Bars:ASTM A 36/A 36M. D. Cast Iron: Either gray iron, ASTM A 48/A 48M, or malleable iron, ASTM A 47/A 47M, unless otherwise indicated. p E. Expanded Metal:ASTM F 1267, [Type I (expanded),Class 1 (uncoated). 1. Style Designation: 3/4 number 13. F. Perforated Metal: Cold-rolled steel sheet, ASTM A 1008/A 1008M, or hot-rolled steel sheet, ASTM A 1011/A 1011M, commercial steel Type B, 0.060 inch thick, with 1/4-inch holes 3/8 p inch o.c. in staggered rows. p PIPE AND TUBE RAILINGS 055213-2 D r CT DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 , 1. Basis-of-Design Product: Provide product with perforations matching product indicated on Drawings. (~ G. Woven-Wire Mesh: Intermediate-crimp, diamond pattern, 2-inch woven-wire mesh, made (^ from 0.134-inch-diameter wire complying with ASTM A 510. 2.5 FASTENERS A. General: Provide the following: ,� 1. Ungalvanized-Steel Railings: Plated steel fasteners complying with ASTM B 633 or ASTM F 1941,Class Fe/Zn 5 for zinc coating. 2. Hot-Dip Galvanized and Powder Coated Railings:Type 304 stainless-steel or hot-dip zinc- coated steel fasteners complying with ASTM A 153/A 153M or ASTM F 2329 for zinc coating. .- B. Post-Installed Anchors: Torque-controlled expansion anchors or chemical anchors capable of sustaining, without failure, a load equal to 6 times the load imposed when installed in unit (, , masonry and 4 times the load imposed when installed in concrete, as determined by testing according to ASTM E 488/E 488M, conducted by a qualified independent testing agency. 1. Material for Interior Locations: Carbon-steel components zinc-plated to comply with ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, unless otherwise indicated. ", 2. Material for Exterior Locations and Where Stainless Steel Is Indicated: Alloy Group 1 stainless-steel bolts,ASTM F 593, and nuts,ASTM F 594. f- 2.6 MISCELLANEOUS MATERIALS C A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy ,-. welded. B. Etching Cleaner for Galvanized Metal: Complying with MPI#25. {— , C. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and - ~ compatible with paints specified to be used over it. `` D. Shop Primers: Provide primers that comply with Section 099113 "Exterior Painting" and Section 099123 "Interior Painting." (_ E. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer Co complying with MPI#79 and compatible with topcoat. 41 F. Epoxy Zinc-Rich Primer: Complying with MPI#20 and compatible with topcoat. II G. Shop Primer for Galvanized Steel: Primer formulated for exterior use over zinc-coated metal 41 and compatible with finish paint systems indicated. 41 H. Epoxy Intermediate Coat: Complying with MPI#77 and compatible with primer and topcoat. 411 i PIPE AND TUBE RAILINGS 055213-3 II I I C ) 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 Q I. Polyurethane Topcoat: Complying with MPI#72 and compatible with undercoat. J. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187/D 1187M. K. Nonshrink, Nonmetallic Grout: Factory-packaged, nonstaining, noncorrosive, nongaseous C) grout complying with ASTM C 1107/C 1107M. Provide grout specifically recommended by manufacturer for interior and exterior applications. 2.7 FABRICATION Q A. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of 0 approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed a surfaces. 3 B. Form work true to line and level with accurate angles and surfaces. C. Welded Connections: Cope components at connections to provide close fit, or use fittings 3 designed for this purpose. Weld all around at connections, including at fittings. 3 Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 3 2. Obtain fusion without undercut or overlap. 3. Remove flux immediately. 4. At exposed connections, finish exposed surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjoining surfaces. D. Welded Connections for Aluminum Pipe: Fabricate railings to interconnect members with concealed internal welds that eliminate surface grinding, using manufacturer's standard system of sleeve and socket fittings. E. Nonwelded Connections: Connect members with concealed mechanical fasteners and fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints. F. Form changes in direction by bending. G. For changes in direction made by bending, use jigs to produce uniform curvature for each repetitive configuration required. Maintain cross section of member throughout entire bend IP) without buckling,twisting, cracking, or otherwise deforming exposed surfaces of components. H. Close exposed ends of railing members with prefabricated end fittings. I. Provide wall returns at ends of wall-mounted handrails unless otherwise indicated. J. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings, and anchors to interconnect railing members to other work unless otherwise indicated. D 5 PIPE AND TUBE RAILINGS 055213-4 5 n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl fl 1. At brackets and fittings fastened to plaster or gypsum board partitions, provide crush- resistant fillers or other means to transfer loads through wall finishes to structural supports and prevent bracket or fitting rotation and crushing of substrate. C K. Expanded-Metal Infill Panels: Fabricate infill panels from expanded metal made from same -' metal as railings in which they are installed. n 1. Orient expanded metal with long dimension of diamonds as indicated on Drawings. L. Perforated-Metal Infill Panels: Fabricate infill panels from perforated metal made from same metal as railings in which they are installed. 1. Orient perforated metal with pattern as indicated on Drawings. M. Woven-Wire Mesh Infill Panels: Fabricate infill panels from woven-wire mesh crimped into 1- by-1/2-by-1/8-inch metal channel frames. Make wire mesh and frames from same metal as (� railings in which they are installed. (-- 1. Orient wire mesh with as indicated on Drawings. 2.8 STEEL AND IRON FINISHES • A. Galvanized Railings: . 1. Hot-dip galvanize exterior steel railings, including hardware, after fabrication. 2. Comply with ASTM A 123/A 123M for hot-dip galvanized railings. • 3. Comply with ASTM A 153/A 153M for hot-dip galvanized hardware. , B. Preparing Galvanized Railings for Shop Priming: After galvanizing, thoroughly clean railings of grease, dirt, oil,flux, and other foreign matter, and treat with etching cleaner. C. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with SSPC- SP 6/NACE No. 3, "Commercial Blast Cleaning." D. Primer Application: Apply shop primer to prepared surfaces of railings unless otherwise indicated. Comply with requirements in SSPC-PA 1, "Shop, Field, and Maintenance Painting of Steel," for shop painting. Primer need not be applied to surfaces to be embedded in concrete or masonry. 1. Do not apply primer to galvanized surfaces. E. High-Performance Coating: Apply epoxy intermediate and polyurethane topcoats to prime- coated surfaces. Comply with coating manufacturer's written instructions and with requirements in SSPC-PA 1, "Shop, Field, and Maintenance Painting of Steel," for shop painting.Apply at spreading rates recommended by coating manufacturer. 41 1. Color: Black Powder Coat. I PIPE AND TUBE RAILINGS 055213-5 I C ) DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX ( AUGUST-2019 PART 3-EXECUTION fl 3.1 INSTALLATION,GENERAL A. Set railings accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. 1. Do not weld, cut, or abrade surfaces of railing components that are coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting. 2. Set posts plumb within a tolerance of 1/16 inch in 3 feet. 3. Align rails so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet. B. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. 1. Coat, with a heavy coat of bituminous paint, concealed surfaces of aluminum that are in contact with grout, concrete, masonry,wood, or dissimilar metals. 3.2 ANCHORING POSTS A. Use metal sleeves preset and anchored into concrete for installing posts. After posts are ® inserted into sleeves, fill annular space between post and sleeve with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions. B. Form or core-drill holes not less than 5 inches deep and 3/4 inch larger than OD of post for installing posts in concrete. Clean holes of loose material, insert posts, and fill annular space between post and concrete with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions. C. Anchor posts to metal surfaces with oval flanges, angle type, or floor type as required by conditions, connected to posts and to metal supporting members. 3.3 ATTACHING RAILINGS A. Attach railings to wall with wall brackets, except where end flanges are used. Locate brackets as indicated or, if not indicated,at spacing required to support structural loads. B. Secure wall brackets and railing end flanges to building construction as follows: 1. For concrete and solid masonry anchorage, use drilled-in expansion shields and hanger or lag bolts. P 2. For hollow masonry anchorage, use toggle bolts. I PIPE AND TUBE RAILINGS 055213-6 J C r- DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 3. For wood stud partitions, use hanger or lag bolts set into studs or wood backing between studs. Coordinate with carpentry work to locate backing members. 4. For steel-framed partitions, use hanger or lag bolts set into fire-retardant-treated wood backing between studs. Coordinate with stud installation to locate backing members. 5. For steel-framed partitions, use self-tapping screws fastened to steel framing or to ,- concealed steel reinforcements. 6. For steel-framed partitions, use toggle bolts installed through flanges of steel framing or through concealed steel reinforcements. 3.4 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop painting to comply with SSPC-PA 1 requirements for touching up shop-painted surfaces. • B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas, and repair galvanizing to comply with ASTM A 780/A 780M. END OF SECTION 055213 i I I I I I I I I , PIPE AND TUBE RAILINGS 055213-7 I 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 • • • • • • • • • THIS PAGE LEFT INTENTIONALLY BLANK 0 PIPE AND TUBE RAILINGS 055213-8 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 Bison Innovative Products 701 Osage Street, Bldg 2, Unit 120 303-892-0400 Phone BISON Denver, CO 80204 800-333-4234 Toll Free info@bisonip.com 303-825-5988 Fax W www.bisonip.com -1 Ideal for use with Bison Pedestals, Bison Wood Tiles can be laid in a parquet pattern}or mixed with other paving stones for a unique look. These woods provide warmth, o excellent resistance to weather, and architectural charm to rooftop decks. All Bison Q Wood Tiles are made from tropical hardwoods and are the ideal long-lasting, low O maintenance decking alternative. . Bison Wood Tiles for use with Bison Pedestals Specification SECTION 061500 Wood Decking PART 1 GENERAL 1 1.1 SECTION INCLUDES FSC wwwfsc,org A. Bison Wood Tiles for use with pedestals or traditional joist systems. FSC CO13454 The mark of responsible forestry 1.2 RELATED SECTIONS A. Section 061533-Wood Patio Decking B. Section 096900-Access Flooring 1.3 REFERENCES All Species: A. ASTM C 1028-07—Static Coefficient of Friction 11 B. ASTM E 2322-03—Standard Test Method for Conducting Transverse and Concentrated Loads in Floor and Roof Construction Select Species: 411 C. ASTM C 1371-04a—Thermal Hemispherical Emittance (New/Weathered Ipe) 411 D. ASTM E 1980-11/ASTM C 1549-09—Solar Reflectance Near Ambient Temperature Using a a Portable Solar Reflectometer(New/Weathered Ipe) E. LARR 26041—VersadjustTM Adjustable Pedestal System, Bison Ipe Wood Tiles 1.4 SUBMITTALS A. Submit under provisions of Section 013300. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1.Storage/Handling requirements and recommendations. , 2.Installation methods. C. Shop Drawings: Submit shop drawings detailing the installation methods.Coordinate placement with locations noted on the Contract Drawings. , 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: 1.AII primary products specified in this section will be supplied by a single Manufacturer , with five (5)years of experience minimum. B. Installer Qualifications: WOOD DECKING 061500- 1 I • • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • 1.Bison recommends the Installer have a minimum of two(2)years proven construction • experience, be capable of estimating and building from blueprint plans and details, . determining elevations, and properly handling materials. All work must comply with the . Bison Innovative Products installation application procedures for pedestals specified herein. C. Special Considerations: 1.The Contractor assumes the responsibility for and must take into consideration the structural capability and adequacy of the structure to carry the dead and live load weight(s) involved, and when appropriate, make sure that the density of any insulation . is satisfactory to resist crushing and damaging the waterproofing membrane. . D. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and application workmanship. 110 1.Finish areas designated by Architect. 2.Do not proceed with remaining work until workmanship is approved by Architect. 3.Refinish mock-up area as required to produce acceptable work. 1.6 DELIVERY, STORAGE,AND HANDLING ® A. Deliver and store Bison Wood Tiles and system components with labels intact and legible. B. Inspect all delivered materials to ensure they are undamaged and in good condition. C. Store and dispose of solvent-based materials, such as construction adhesive and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 1.7 PROJECT CONDITIONS A. There are no temperature restriction guidelines prescribed by Bison Innovative Products that limit deck installation work other than the practical considerations of working in unsafe or inclement weather. B. Bison Wood Tiles and Pedestals listed in this section are for use with pedestrian traffic only. 1.8 WARRANTY A. At project closeout and upon request, Bison Innovative Products can provide to the Owner or Owners Representative an executed copy of the Manufacturer's standard document outlining the terms, conditions, and limitations of their limited warranty against manufacturing defect for a period of five(5)years. B. The Contractor warrants that his work will remain free from defects of labor and materials used in conjunction with his work in accordance with the General Conditions for this project or a maximum of five (5)years. C. It is the responsibility of the Contractor installing the product listed in this section to coordinate warranty requirements with any related sections or adjacent work. Notify the Architect immediately of any potential lapses or limitations in warranty coverage. D. Bison Wood Tiles are covered by a limited five (5)year warranty. Bison Wood Tiles are warrantied to the original owner to be free of defects in material and workmanship for the period of five (5)years from the date of purchase.This warranty also extends to defects caused by wood rot and insect infestation for the same period. Defects are defined as imperfections that impair the utility of the product.This warranty applies to conditions of normal use and does not apply to damage resulting from abuse,excess weight,or acts of nature. Bison Wood Tiles are for pedestrian use only. Use of wheeled or motorized traffic voids the warranty.This warranty does not apply to non-structural surface cracks or to WOOD DECKING 061500-2 { C CT DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C r variations in wood color due to weathering. If a Wood Tile is deemed defective within the terms of the warranty, Bison Innovative Products may make repairs or provide for repair services at no cost to the customer. If a repair cannot be made, a replacement Wood Tile (' will be furnished at no cost to the customer. Bison Innovative Products must approve all warranty related repairs, and unauthorized repairs void this warranty.This warranty does not cover shipping damage. Shipping damage must be reported directly to Bison Innovative (� Products immediately upon receipt of products. Please save all product packaging for a short period of time in the event that return shipping is required. 1.9 MANUFACTURERS A. Acceptable Wood Tile Manufacturer: Bison Innovative Products;701 Osage Street, Bldg 2, I'nit 1?fl (1Pnvor f fl Strom Toll Free 800-333-4234. Phone 303-892-0400. Fax 303-825-5988. Email: CT info@bisonip.com. Web: www.bisonip.com. B. Substitutions: Substitutions must be pre-approved by the landscape architect and owner 7 days before the bid proposals are due. Fabricator/Manufacturer must submit a sample piece C representative of the products to be used on the project for approval.Approval is at the sole C` discretion of the owner and landscape architect. If the fabricator/manufacturer is not pre- approved,they cannot be used on the project. CT PART 2 PRODUCTS 2.1 BISON WOOD TILES A. Pre-Manufactured Bison Wood Tiles 1.Model: WT-IPE-24-SMOOTH Ipe Wood Tile a. Dimensions: 23.875 x 23.875 x 1.69 (606 x 606 x 43 mm) nominal. b. Weight per tile: 24 lbs (10.9 kg).Weight per square foot: 6 PSF (29.3 kg/m2). c. Fire Rating: Class A—meets and exceeds ASTM E108-07a Spread of Flame Test. d. Color: Brown Note:Tiles are a natural product and vary in color and grain. e. Surface:Smooth. C 2.Model: WT-IPE-24-RIBBED Ipe Wood Tile C a. Dimensions: 23.875" x 23.875" x 1.69" (606 x 606 x 43 mm) nominal. b. Weight per tile: 24 lbs (10.9 kg).Weight per square foot: 6 PSF (29.3 kg/m2). c. Fire Rating: Class A—meets and exceeds ASTM E108-07a Spread of Flame Test. d. Color: Brown Note: Tiles are a natural product and vary in color and grain. e. Surface: Ribbed. 3. Model: FS-1 Fastening Kit—Secures Bison Wood Tiles to Bison Pedestals without penetrating or damaging the Wood Tiles: C a. Components:Washer(US Patent#8,302,356), long screw, and short screw. Use long screw with Bison Wood Tiles and Bison Adjustable Pedestals, HD50 Fixed Height Pedestals, and HD75 Fixed Height Pedestals. C b. Weight:0.192 oz. (5.4 g) c. Material: Nylon 4. Model: FS-12 Spline—Secures Bison Wood Tiles to Bison Pedestals without penetrating or damaging the Wood Tiles when greater lock-down force is required: C a. Components:Spline, long screw, and short screw. Use long screw with Bison , Wood Tiles and Bison Adjustable Pedestals, HD50 Fixed Height Pedestals, and HD75 Fixed Height Pedestals. C WOOD DECKING 061500-3 C C 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 • b. Tab Size:3/16" (4.5 mm) • c. Weight: 1.41 oz. (40 g) • d. Material: Mineral Filled High Density Copolymer Polypropylene(Bison #B-PP- 2025) PART 3 EXECUTION S • 3.1 EXAMINATION A. Prior to installation verify the following: • 1.AII elevations and deck dimensions are correct. • 2.Special features and anticipated live/dead loads on the Wood Tiles are compatible with the deck system. • 3.Substrates have been properly prepared, and the project is set to proceed. a. If substrate preparation is the responsibility of another installer, notify Architect *, of unsatisfactory preparations before proceeding. 3.2 PREPARATION A. Reference Installation Detail documentation for other recommended preparations. • 3.3 INSTALLATION A. Reference Installation Detail documentation for recommended installation procedures. B. If a scenario is encountered during installation which is not covered in the Installation Details, please contact Bison Innovative Products at 303-892-0400 or Toll-Free at 800-333- 4234. I r 3.4 FIELD QUALITY CONTROL A. During Installation: 1.Inspect construction progress regularly to ensure that grid lines and spacing are being maintained in a straight and consistent pattern and that the Wood Tiles and Pedestals are level and not rocking. Shim as required. 2.When installing Bison Wood Tiles, Bison recommends spacing pedestals in a 2' (24") grid;with the exception of the Bison 30"x 30" Wood Tiles which can be installed on a r 30"grid. 3.Particular attention should be paid to pedestrian entrance or access points to eliminate potential trip hazards. 4.Unless otherwise specified in writing to allow for expansion, inspect to assure that all spacing between Wood Tiles does not exceed one-tab width and there is no more than 1/8"gap at perimeter. 5.While Bison Wood Tiles are durable,they can be damaged by mishandling or careless treatment. Note:If tools or equipment are dropped on the tile surface, chips, cracks, gouges, scratches, or other surface damage can occur. Account for this by protecting installed Wood Tiles if further construction will occur post-installation.Important:Pay special attention to removing metal shavings or filings from Wood Tile surface, as there is a reaction causing discoloration. 11) B. Immediately Following Installation-The Owner,or the Owner's Agent,shall carefully inspect the deck system to be positive that: 1.The new deck system is adequately blocked on all sides to contain the surface decking and related components. 2.AII required spacer tabs are in place, visible, and secure. 1 WOOD DECKING 061500-4 1 1 C C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 3.There is no more than one-tab width of space between any Wood Tiles and there is no more than 1/8" gap at perimeter. C 4.There is no ballasting rock used to completely fill in any perimeter voids. (� 5.There is no rocking of Wood Tiles as foot traffic is applied to the surface. 6.For decks with Ribbed Wood Tile surfaces,Wood Tile ribs are swept of any wood debris using a stiff bristled, non-scuffing broom or leaf blower after installation. C. Other-Installer and/or Architect has the responsibility of informing the Owner about performing routine maintenance on the deck.This includes: 1.Protecting the installed Wood Tiles from damage which may occur as a result of continued construction. 2.Checking for rocking Wood Tiles and properly applying shims as the substrate can settle and require Pedestal adjustment. ici it. 3.Periodically checking for broken, damaged, or missing tab sets and replacing them to limit deck movement. 4.Maintaining intact and structurally sound perimeter containment. 3.5 CARE &MAINTENANCE OF WOOD TILES 4 Note:Bison Innovative Products recommends that you test any cleaners or sealants in an inconspicuous area first before applying them to the installed deck. A. General Safety Precautions: Bison recommends wearing puncture resistant safety gloves and safety glasses with side shields when handling, cutting,or sanding Bison Wood Tiles. r" Use a full-face shield outdoors or in a well-ventilated area for processes which may generate excessive dusts and splinters. Respirators MUST be worn if the ambient concentration of (`„. `airborne contaminants exceeds Prescribed Exposure Limits (PEL). Dust masks may be worn � to avoid the inhalation of nuisance hardwood dust,which according to the State of California, can lead to long-term health effects. Dust masks are not adequate protection in �} environments above the Occupational Safety& Health Administration's (OSHA) exposure limits. Refer to product SDS Section 8 for more information. I B. Storage: Store Bison Wood Tiles and system components out of direct sunlight until they are ready to be installed. Bison Wood Tiles should NOT be stored tightly wrapped in plastic. Bison Wood Tiles will adjust to the climate where they are installed and may already have, or develop, some slight cracking or checking. C. Cutting: Bison Wood Tiles have a very high density and a slower feed rate is recommended when cutting; carbide blades are highly recommended.To minimize checking or small I cracks,the installer should consider sealing any cut ends with an appropriate glue or end i sealer specifically designed for use on exterior wood such as PVA Wood Glue by Elmers or Gorilla.Apply sealer with a foam brush to the cut ends ONLY, being very careful to not get any on the top surface of the wood. 1 D. Reassembly:To reassemble tiles after cutting,the installer must pre-drill holes from the bottom, using a carbide drill bit designed to extract stock during drilling. Exercise caution to not drill through the top surface. In addition, use only stainless-steel screws which are N durable and provide maximum fastening power. Bison Wood Tiles use 1.20" (30 mm) long I #11 stainless steel screws. Use of galvanized fasteners is not recommended. E. Fastening: Bison strongly recommends the use of Bison Pedestals and FS-1* fastening kits or FS-12* splines when installing Bison Wood Tiles.The Bison Wood Tile and Pedestal Deck System installs quickly, securely, and allows for removal later if required.The FS-1* and FS- 12*,available exclusively from Bison, secures Bison Wood Tiles to Bison Pedestals without , penetrating or damaging the Wood Tile. (*US Patent#8,302,356 and Patents Pending.) 4 ' WOOD DECKING 061500-5 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 0 F. Wood Characteristics: Bison Wood Tiles are made of South American (Cumaru, Ipe, Garapa, 0 and Massaranduba), Fijian (Mahogany), and Chinese (Fused Bamboo) hardwoods which 0 contain a rich variety of graining and coloration, are exceptionally dense, and resistant to insects. Bison Wood Tiles are a natural material and can absorb or lose moisture in different climates.The natural shading, coloration, and graining variations add to the architectural character and overall visual appeal of the finished product. G. During Installation & Periodically After Installation is Complete: Check for rocking Wood Tiles and adjust or shim immediately. Failure to do so can cause a tripping hazard. Periodically check spacer tabs and immediately replace broken tabs to limit deck movement. Make sure the edge restraint stays intact and structurally sound. Most decks need to be cleaned once installation is complete. H. IMPORTANT NOTE: Wood Tile surfaces may spot or stain when exposed to various materials or chemicals. If spotting or staining occurs,see Discoloration section below for more -� information.To avoid spotting or staining during construction, Bison recommends covering the deck thereby reducing exposure to metal that could rust and react to the deck tile surface. DO NOT cut metals or leave metal filings, debris or pieces on exposed deck tiles. DO NOT clean the deck or adjoining surfaces with steel wool or wire brushes. DO NOT place iron tools,fasteners, materials,or equipment on the deck. I. Discoloration: Bison Wood Tiles are made of natural materials and surfaces may spot or stain when exposed to various materials including: metal,steel, iron, or aluminum filings, pieces, equipment,tools, or fasteners; iron enriched fertilizers; plant debris; animal urine; beverage,food,or grease spills; or mildew that naturally occurs in humid or moist locations. Bison recommends initially trying to remove the stain or spill with warm water, mild dish soap, and non-metallic stiff bristle brush. If unsuccessful,test a deck cleaner or brightener such as Messmer's Part B, Defy Deck Brightener, or other wood brightener with oxalic acid as their active ingredient in an inconspicuous location. If the spotting begins to clear up,the discoloration is likely being caused by exposure to metal, steel, iron,or aluminum filings, pieces, equipment,tools,or fasteners; iron enriched fertilizers; plant debris; or animal urine. r If the spot does not clear up with warm water and mild dish soap or with oxalic acid, Bison recommends applying a Q-Tip soaked in chlorine bleach to a spotted area in an inconspicuous location. If the spot starts to clear up when bleach is applied,then the issue is likely a natural occurrence of mildew.See Cleaning instructions below for more information. ALWAYS test any cleaner or brightener on wood in an inconspicuous location, rinse the deck thoroughly after cleaning and follow manufacturer's instructions for best application practices and safe handling practices. J. Cleaning: If desired, Bison Wood Tiles can be periodically cleaned. Bison recommends using a deck cleaning product designed for hardwoods which safely cleans the wood. Bison Wood Tiles are ready to re-seal once they are cleaned. IMPORTANT: Bison recommends that you test any cleaners or sealants in an inconspicuous area first before applying them to the installed deck. In addition,always check with the manufacturer of your roof membrane to ensure that any cleaning solution, stain, oil, deck brightener, or bleach will not compromise or damage the waterproofing membrane. DO NOT scrub tiles with wire, iron, or steel brushes. K. Sealing&Staining:Wood stabilizers or sealants can help mitigate the loss of moisture and minimize checking and splitting. Cleaning and/or sanding the surface of the wood prior to applying the sealer can help the product penetrate deeper into the wood grain. Due to the density of the tropical hardwood, all the applied product may not be absorbed. Follow manufacturer's recommendations to gently wipe off the excess stain for a more even WOOD DECKING 061500-6 D C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C C uniform appearance.The installer can also lightly apply glue or end sealer specifically designed for exterior exotic wood to the ends to help prevent splitting, as desired. NOTE: C Small checks and splits are normal and a natural part of the wood as the wood balances with the humidity of the surrounding climate.The following manufacturers offer cleaning and �. sealing products specifically designed for use with exotic hardwoods: Cabots, Penofin®, Messmers, Cutek,or Defy. L. Sanding: If you plan to seal or stain your Wood Tiles, a light sanding is highly recommended. Use 120 grit sandpaper to reduce the appearance of any minor marks, scratches, or imperfections. Use 200+grit sandpaper to lightly sand the Wood Tiles for a more uniform appearance. After sanding,sweep the tiles and use water to rinse away any remaining dust and allow to dry thoroughly before applying sealer. Ensure the wood surface is clear of any steel iron filings dusts, shavings the natural acids the will react with steel or iron filings, or shavings as the natural ui acids in ���a.,wood will react with the iron and water to form a blackish-grey ferric oxide (rust). Exercise caution when sanding Bison Ribbed Wood Tile surfaces. IMPORTANT: Always test any product you apply in an (— inconspicuous place to make sure it performs as you expect. DO NOT use steel wool to sand any wood tile. M. Maintaining Tile Color:To better maintain the rich coloration of the Wood Tiles,you can apply a natural oil finish or stabilizer with UV blocker.These products offer UV protection as well as mildew protection. Before applying any finish,first clean and remove any residue from the Wood Tile as described above. After your initial coat is applied, an annual C maintenance coat will help keep the coloration vibrant for years to come.The following C' manufacturers offer UV protection products specifically designed for use with exotic hardwoods: Cutek and TimberPro Coatings. IMPORTANT: Always test any product you apply in an inconspicuous place to make sure it performs as you expect. Bison recommends reapplying the natural oil finish,stabilizer, stain,or sealant per the product manufacturer's recommendation for optimal results. N. Natural Aging: Left to weather naturally and depending on climatic conditions, Bison Wood F Tiles will develop a silvery-gray patina. If you prefer this look, Bison recommends that a coat C of wood stabilizer be applied after installation. Some products provide UV protection, allowing your wood tiles to acclimate more uniformly as weather and environmental conditions season the deck. NOTE: Each board has unique characteristics and will weather at , different rates.The amount of direct and indirect sunlight,temperature, humidity, moisture, furniture placement, and other local conditions will factor into the aging of the deck. 0. Pressure Washing:You may also use a pressure washer to remove built-up dirt,stains, spotting, or mildew from your Wood Tiles. CAUTION: Use the lowest PSI for the species of C wood you are cleaning.A maximum of 1200 PSI is suggested for Bison Wood Tiles. Bison also recommends using a professional deck cleaning contractor. IMPORTANT:Test an C inconspicuous area first and be careful to use the wand in even strokes to avoid lap marks. , P. Commercial Buffing Machines: Commercial floor scrubbers or floor buffing machines are not recommended due to their potential to damage the Wood Tiles and/or Pedestals with their movement mechanisms.Q. Snow Removal:Sweeping:A non-metallic,stiff-bristled broom is the recommended method for removing snow from a wood deck, as it causes the least damage to your decking material.The use of mechanical snow scoopers and blowers is NOT recommended on Bison Wood Tiles or Pedestal products. Shoveling: Never use a metal shovel, as this can gouge, scrape, or otherwise cause damage to the decking material. Use a plastic shovel and shovel L along the length of the deck boards(instead of across)to minimize damage to the wood grain.Avoid chipping away at ice with a shovel or pick,as this can also damage the decking WOOD DECKING 061500-7 C 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 material.Small or narrow plastic shovels may be purchased to help get into tighter areas such as stairs while still moving with the grain of the decking. 0 R. Ice Removal:Salts or deicers should never be used on a natural wood deck because of the corrosive nature of the salt. Deicers come in a range of compositions, including: Sodium Chloride (NaCI), Magnesium Chloride (MgCl2), Calcium Chloride (CaCl2), and Potassium Chloride (KCI) as well as many other more expensive components.These chemicals can • erode any waterproof stain or finish and leave water marks on the wood itself.Wood absorbs and releases moisture and expands and contracts over time. Deicers absorb most of the moisture in natural materials,which makes the wood more brittle and will cause additional cracking and checking.As an alternative,carefully pour hot water over the iciest . areas of the deck and use your outdoor broom to remove the ice and excess water.Sand or kitty litter can be spread over the deck to help prevent more ice from building up although • this may be tracked indoors. • IPE . WT-IPE-24 SMOOTH or RIBBED WT-IPE-24-SMOOTH or WT-IPE-24-RIBBED • Dimensions: . 23.875"x 23.875"x 1.69"nominal Weight:24 lbs . Weight PSF:6 PSF Color:Brown Class A:ASTM E108-07a FS-1 ID Fastening Kit* FS-1 Fastening Kit* Secures Bison Wood Tiles to Bison Pedestals. 111F"" Long screw for use with Bison Adjustable Pedestals,HD50 Fixed Height Pedestals, as and HD75 Fixed Height Pedestals. FS-12 Spline* FS-12 12"Spline* Secures Bison Paver Trays to Bison Pedestals when additional protection against wind uplift is required. 11111111111111111111111 Long screw for use with Bison Adjustable Pedestals,HD50 Fixed Height Pedestals, and HD75 Fixed Height Pedestals. *US Patent No.8,302,356 and Patents Pending. END OF SECTION 1 1 p WOOD DECKING 061500-8 1 C n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl fl Bison Innovative Products 701 Osage Street, Bldg 2, Unit 120 Phone 303-892-0400 BISON C Denver,CO 80204 Toll Free 800-333-4234 r► C www.bisonip.com Fax 303-825-5988 I The Bison Innovative Products (Bison) Versadjust (V-Series) adjustable pedestal line D reaches heights from 2 1/4 to 36 inches, has a 1250 pound weight bearing capacity (FS:3), --� and contains built in slope compensation from 0 — 1/2 inch per foot slope. Precise spacer o tabs allow for deck drainage and uniform spacing, while the screw-to-adjust height setting Q 111 assures a perfectly straight and level deck. Quick Clip Couplers© (patent pending) increase tA the speed and efficiency installing pedestals at heights over 9 inches. Accessories are available to compensate for additional slope and accommodate heights from 1/8 to 2 1/4 W • � _ Use Versadjust Pedestals...:1L. the A:.....-. A.......-. System w. for excess height installations inches. Use Versadjust with U Ie Bison Brace S�/sIem i nstallation (from 24 to 36 inches in height) or for installations requiring additional stability (seismic conditions). The Bison Versadjust pedestal has a broad footprint that provides stability, is impervious to freeze thaw cycles, and offers a range of heights suited to almost any application. Proudly manufactured in the U.S.A. Versadjust V-Series Specification SECTION 065200—Plastic Structural Assemblies 411 PART 1 GENERAL 1.1 SECTION INCLUDES 411 A. Versadjust Adjustable Pedestals B. Fixed Height Pedestals C. Bison Bracing D. Bison Joist Top 1.2 RELATED SECTIONS 111 A. Section 061500-Wood Decking B. Section 067313—Composite Structural Decking C. Section 096900—Access Flooring D. Section 096933—Low-Profile Fixed Height Access Flooring 1.3 REFERENCES A. LARR 26041—VersadjustTM Adjustable Pedestal System, Bison Ipe Wood Tiles 41 1.4 SUBMITTALS A. Submit under provisions of Section 013300. 41 B. Product Data: Manufacturer's data sheets on each product to be used, including: , a. Preparation instructions and recommendations. b. Storage and handling requirements and recommendations. c. Installation methods. C. Shop Drawings: Submit shop drawings detailing the installation methods. Coordinate placement with locations noted on the Contract Drawings. D. Fire Resistance Ratings: As required for exterior pedestal supported deck system by presiding jurisdiction. E. Wind Uplift Ratings: As required for exterior air permeable pedestal supported deck systems by the presiding jurisdiction. PLASTIC STRUCTURAL ASSEMBLIES 065200- 1 C C C_) 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: All primary products specified in this section will be supplied by a single manufacturer with a minimum of ten (10)years' experience. B. Installer Qualifications: The deck support system installer must have a minimum of two (2) years' 0 proven construction experience, be capable of estimating and building from blueprint plans and details, determine elevations, and properly handle materials. All work must comply with the Bison installation application procedures for deck support work specified herein. C. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and application workmanship. . a. Finish areas designated by Architect. . b. Do not proceed with remaining work until workmanship approved by Architect, if applicable. c. Refinish mock-up area as required to produce acceptable work. 110 . 1.6 DELIVERY,STORAGE,AND HANDLING A. Inspect all delivered materials to insure they are undamaged and in good condition. 110 B. Deliver and store Bison pedestals and system components with labels intact and legible. . C. Store Bison products in an enclosed or covered area protected from the elements as site conditions allow. 110 D. Store and dispose of solvent-based materials such as construction adhesive, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 1.7 PROJECT CONDITIONS A. There are no pedestal installation temperature restriction guidelines other than the practical considerations of working in any unsafe condition or inclement weather. B. Pedestals specified are for pedestrian traffic only. IP C. Perimeter Walls and Containment: a. Decks must be restrained by perimeter blocking or walls on all sides including "on-grade" installations. Lateral movement greater than one-tab set (not to exceed 3/16 inch) is unacceptable and will be subject to rejection. b. It's recommended that the deck surfacing tiles or pavers sit above waterproofing, integral flashing, and/or flashing. In situations where the perimeter of the deck meets the flashing material, protective wall covering should be specified if deemed necessary by specifier. D. A minimum of one additional pedestal support must be installed for every 500 lbs. (or portion thereof) of static loading. These additional support pedestals must be installed directly under the decking and evenly spaced immediately below the feature locations.One additional pedestal must be placed under each corner of any rectangular feature. E. Features supported by legs or feet are not advised or are considered unacceptable because of the dangers of point loading. F. Any feature that creates vibration must be provided for in special consultation and written agreement with Bison. Cell phone towers, heavy planters and other similar features require their own separate curb designed by an architect or professional engineer. G. All decks shall be designed to not exceed the design capacity of the pedestal. H. The substrate immediately below the pedestals shall provide positive drainage. I. It's recommended that a 12 x 12-inch piece of installed membrane be used as a separate protective slip sheet underneath each pedestal. J. Bison Pedestals can be installed directly on top of gravel removed 40 psi, or greater, extruded 10 closed cell polystyrene insulation with 1 %2 inch thickness or greater. Install deck system pedestals D 1 PLASTIC STRUCTURAL ASSEMBLIES 065200-2 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 (— directly on the insulation prior to the installation of ballast rock. Seek alternative methods of ballasting until deck installation is completed. K. Decks on Grade: fl a. Any substrate soil receiving pedestals shall be adequately compacted and have positive �. drainage slope. A "walkway gravel" base (i.e.: % inch minus (breeze)) should be installed and compacted at pedestal locations. b. Bison Floating Foundation Bases (FFB) must be used beneath all on-grade Bison Pedestal decks. Level the soil surface and install FFB directly on grade as a base for each pedestal. rTh c. Install structural perimeter containment which restrains the entire decking system. Spacing in excess of one-tab set (not to exceed 3/16 inch) at the perimeter is considered unacceptable and installation will be rejected. 1.8 WARRANTY A. At project closeout and upon request, Bison can provide to the Owner or Owners Representative, an executed copy of the manufacturer's standard document outlining the terms, conditions and limitations of their limited warranty against manufacturing defect for a period of five (5)years. B. The Contractor warrants that his work will remain free from defects of labor and materials used in r- conjunction with his work in accordance with the General Conditions for this project or a r� minimum of five (5)years. C. It is the responsibility of the Contractor installing the product listed in this section to coordinate C warranty requirements with any related sections or adjacent work. Notify the Architect C immediately of any potential lapses or limitations in warranty coverage. D. For use with pedestrian traffic only—Never use Bison pedestals to support or construct decks that have wheeled, motorized or equipment traffic. E. Decks should be restrained on all sides and not have lateral movement in excess of one-tab set (not to exceed 3/16 inch). F. Deck must be installed according to specifications or warranty is voided. 1.9 MANUFACTURERS A. Acceptable Pedestal System Manufacturer: Bison Innovative Products; 701 Osage Street, Bldg 2, Unit 120, Denver, CO 80204 .� Toll Free: 800-333-4234 Phone: 303-892-0400 Fax: 303-825-5988 Email: info@bisonip.com Web: ci www.bisonip.com. B. Substitutions: Substitutions must be pre-approved by the landscape architect and owner 7 days r- before the bid proposals are due. Fabricator/Manufacturer must submit a sample piece C representative of the products to be used on the project for approval. Approval is at the sole ,. discretion of the owner and landscape architect. If the fabricator/manufacturer is not pre- approved,they cannot be used on the project. �. PART 2 PRODUCTS C 2.1 VERSADJUST ADJUSTABLE PEDESTALS A. Typical Height Range 2 % - 24 inches (36 inches with bracing); Weight Bearing 1250 lbs./pedestal (FS:3); Made in the U.S.A. B. V-Series Base Model: a. Load Capacity: Maximum 1250 lbs. per pedestal with a Safety Factor of 3 (FS:3). b. Material: Mineral Filled High Density Copolymer Polypropylene. Bison#B-PP-2025. c. Contains 20% post-industrial recycled material. , PLASTIC STRUCTURAL ASSEMBLIES 065200-3 I n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX t AUGUST-2019 C. Pedestal Base Details: a. Diameter: 8 inches diameter x 3/16 inch top wall thickness. b. Bearing Surface Area: 50.3 in2. c. Six(6) - 1/2 inch diameter holes for drainage and/or BB-PEGS. d. Includes a Model VB Integral Base Leveler Disk (not sold separately)that compensates for 0" to 2" per foot slope. �1 D. Pedestal Top Details: a. Diameter: 6 3 inches x 5/32 inch thick plate. 0 b. Bearing Surface Area: 35.8 in2. E. Spacer Tabs: a. Free spinning insert maintains gapping while allowing for height adjustments under load. b. Spacing Configuration:VT316 3/16 inch tab thickness. 0 F. Model: V1—316 2%to 2 3 inches with 3/16 inch tab G. Model: V2—316 2%to 33 inches with 3/16 inch tab H. Model: V3—316 33 to 53 inches with 3/16 inch tab • I. Model: V4—316 5%to 9 inches with 3/16 inch tab • J. Model: VC2 Coupler adds 0 to 4 inches 2.2 LOW HEIGHT PEDESTALS A. Model VT316 Fixed Height Pedestals: . a. Diameter: 4 3 inches diameter x 1/8 inch tall. b. Bearing Surface 17.7 in2. c. Integral Spacer Tabs: 3/16 inch. d. Does not accommodate slope compensation. . e. Material: Mineral Filled High Density Copolymer Polypropylene. Bison#B-PP-2025. f. Contains 20% post-industrial recycled material. B. Model HD Fixed Height Pedestals: a. Diameter: 6 inches diameter x 3/32 inch wall thickness. b. Bearing Surface Area: 27.7 in2. 111 c. Does not include slope compensation. Can accommodate Model LD4 for % inch/foot slope compensation. d. Material: Model HD25 Thermoplastic Elastomer; HD50 and HD75 Mineral Filled High Density Copolymer Polypropylene. Bison#B-PP-2025. 10 C. Model HD25-316: Stackable (4 Max) 1/4 inch tall, with integral 3/16 inch integral Spacer Tabs D. Model HD50-316:Stackable (4 Max) 1/2 inch tall,with 3/16 inch integral Spacer Tabs E. Model HD75-316: Stackable (4 Max)3/4 inch tall, with 3/16 inch integral Spacer Tabs F. Model LO: 1%to 2 inches, select 3/16 inch Spacer Tabs G. General Pedestal Details: a. Height Range: 1%to 2 inches b. Load Capacity: 750 lbs. per pedestal with a Safety Factor of 3 (FS:3) c. Material: Mineral Filled High Density Copolymer Polypropylene. Bison#B-PP-2025. d. Contains 20% post-industrial recycled material. H. Pedestal Base Details: a. Size: 7 7/8 inches diameter x 3/16 inch top wall thickness. b. Bearing Surface Area: 48.7 in2. c. Four(4)3 inch diameter holes for drainage. d. Eight(8)1/2 inch diameter holes for BB-PEGS. P e. Compatible with LD4 slope compensation (sold separately). D PLASTIC STRUCTURAL ASSEMBLIES 065200-4 r DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 I. Pedestal Top Details: a. Diameter: 6 inches x 5/32 inch thick plate. C b. Bearing Surface Area: 28.3 in2. fl c. Eight(8)3/8 inch diameter holes for drainage and/or mechanical attachment. 2.3 FASTENING KITS r A. Model: FS-1 Fastening Kit— Secures Bison Wood Tiles or Paver Trays to Bison Pedestals without penetrating or damaging the Wood Tile, Paver Tray,or selected paver: a. Components:Washer(US Patent#8,302,356), long screw, and short screw. b. FS-1 with Bison Wood Tiles: Use long screw with Bison Adjustable Pedestals, HD50 Fixed Height Pedestals, and HD75 Fixed Height Pedestals. c. FS-1 with Bison Paver Trays: Use long screw with Bison Adjustable Pedestals; short screw with Bison HD50 and HD75 Fixed Height Pedestals. d. Weight:0.192 oz. e. Material: Nylon A. Model: FS-12 Spline — Secures Bison Wood Tiles or Paver Trays to Bison Pedestals without penetrating or damaging the Wood Tile, Paver Tray, or selected paver when greater lock-down force is required: a. Components:Spline, long screw, and short screw. b. FS-12 with Bison Wood Tiles: Use long screw with Bison Adjustable Pedestals, HD50 Fixed Height Pedestals, and HD75 Fixed Height Pedestals. c. FS-12 with Bison Paver Trays: Use long screw with Bison Adjustable Pedestals; short screw with Bison HD50 and HD75 Fixed Height Pedestals. C d. Tab:3/16" 41 e. Weight: 1.41 oz. f. Material: Mineral Filled High Density Copolymer Polypropylene (Bison#B-PP-2025) 411 2.4 BASE LEVELER DISKS A. Model LD4: Placed beneath pedestals, adds 5/16 to 1/2 inches to pedestal height, increases base bearing surface area to 50.3 in2, allows for%to 1 inch per foot slope compensation. a. Slope: 1/4 inch per foot each. A total of four (4) LD4s may be used under models V1-V4, as well as HD-25's-HD-75's for up to 1 inch of slope compensation; LD4s are not recommended i for use under VT Fixed Height Pedestals. b. V-Series Pedestals include a Model VB Integral Base Leveler Disk (not sold separately) that compensates for 0 to 2 inch per foot slope. c. Diameter: 8 inches; Center point thickness 3/8 inch. d. Material: Mineral Filled High Density Copolymer Polypropylene. Bison#B-PP-2025. I e. Contains 20% post-industrial recycled material. 2.5 SHIMS A. Model B11: Flexible Shim 1/16 inch I a. Use no more than 4 shims. If using a segment,adher to pedestal with construction adhesive. b. Material:Thermoplastic Elastomer. B. Model PS1: Rigid Poly Shims 1/8 inch a. Use no more than 2 shims. If using a segment, adhere to pedestal with construction adhesive. b. Material: Mineral Filled High Density Copolymer Polypropylene. Bison#B-PP-2025. c. Contains 20%Post-industrial recycled material. C. Model: BB-Wedge Spacing Wedge i PLASTIC STRUCTURAL ASSEMBLIES 065200-5 C 0 0 © DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX ® AUGUST-2019 ® a. Material: Mineral Filled High Density Copolymer Polypropylene. Bison#B-PP-2025. b. Contains 20% post-industrial recycled material. • 2.6 BASE PADS • A. Model FFB: Pedestal base pad for on-grade installations. . a. Provides a large 12 x 12 x% inch base bearing surface. • b. Material: Mineral Filled High Density Copolymer Polypropylene. Bison#B-PP-2025. c. Contains 20% Post-industrial recycled material. • 2.7 JOIST TOP. A. Model JT: Pedestal accessory to construct joist and plank decks.Accommodates 2 x and 4 x joists. • a. Adds 3/16 inch in height. Creates a base bearing surface for joist installation. • b. Material: Polypropylene. Bison#B-PP-2025. 2.8 BISON BRACE SYSTEM • A. Required for Installations 24 to 36 inches in height or for applications requiring additional stability. B. Material: All Bison Bracing components are manufactured using Mineral Filled High Density Copolymer Polypropylene. Bison#B-PP-2025. Contains 20% post-industrial material. 110 C. Model BB-C: Bison Brace Collar . a. Fits Model V3 and V4 only. b. Allows for braced connections away from the pedestal base. c. Required for additional stability installations (i.e.Seismic Conditions). . d. Optional for Excessive Cavity Height,Wind Uplift,On-Grade installations. D. Model BB-BRACE: Bison Brace Kit a. For 11%to 36 inch wide pavers(center of pedestal to center of pedestal measurement). b. BB-BRACES can be trimmed in order to accommodate listed range as required. c. Kit contains two (2) each 17 inch long brace pieces and BB-LATCHES. E. Model BB-FH: Bison Fixed Height Brace Kit a. For 8%to 25 % inch wide pavers(center of pedestal to center of pedestal measurement) b. BB-FH can be trimmed in order to accommodate listed range as required. c. Kit contains two (2) each 12 inch long brace pieces and BB-SCREWS. F. Model BB-CONNECT: Bison Fixed Height Brace Connector a. Allows for a braced transition between BB-FH and adjustable pedestal base with BB-PEGS. b. For use when transitioning from fixed height pedestals and fixed height bracing to adjustable pedestals and bracing; while ensuring a fully interconnected decking system. G. Model BB-PEGS a. Individual pegs to be inserted into Versadjust Pedestal Base which allow for secure BB-BRACE attachment via quick clip locking-mechanism. b. Six (6) Model BB-PEGS are required for each Versadjust pedestal receiving bracing, and Eight (8) Model BB-PEGS are required for each Model LO Pedestal receiving bracing. H. Model: V1-316 BB-PEGS/V2-316 BB-PEGS/V3-316 BB-PEGS/V4-316 BB-PEGS or V1-18 BB-PEGS -10 /V2-18 BB-PEGS/V3-18 BB-PEGS/V4-18 BB-PEGS a. Versadjust and BB-PEGS pre-inserted into Pedestal Base at the factory. PART 3 EXECUTION 3.1 EXAMINATION A. Verify all elevations, required pedestal heights, insulation density, and deck dimensions before commencing work. PLASTIC STRUCTURAL ASSEMBLIES 065200-6 C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 {� n B. Do not begin installation until substrates have been properly prepared. C. The substrate surface that will receive the pedestals must be well compacted (on grade) and structurally capable of carrying the dead and live loads anticipated. (' D. The substrate must be clean and free of projections and debris that could impair the performance �. of the pedestals or the total deck system. E. If substrate preparation is the responsibility of another installer, notify Landscape Architect of c unsatisfactory preparation before proceeding. 3.2 PREPARATION A. Reference Installation Details documentation for recommended preparations. B. Establish accurate lines, levels and pattern as per installation instructions. C. Decks on Grade:Verify that installation conforms to section 1.71 of this specification. D. Installation requirements vary for each individual project site. Deck materials used, pattern, grid layout, starting point, and finished elevation should be shown on plan view shop drawings which have been prepared and approved by the designer, installing contractor and/or owner. 3.3 INSTALLATION A. Reference manufacturer Installation Details documentation for recommended installation C procedures(details can be found online on the Bison website). C B. If you encounter a situation during installation which is not covered in the installation details, please contact Bison at 303-892-0400 or Toll-Free at 800-333-4234. 3.4 PEDESTAL ADJUSTMENT A. Ensure pedestals have been shimmed/adjusted for rocking, uneven, or un-level pavers prior to substantial completion. B. Reference manufacturer Installation Details documentation for adjustment procedures such as shimming a pedestal or adjusting the slope compensation on the pedestal. 3.5 FIELD QUALITY CONTROL A. During Installation: a. Inspect construction progress regularly to ensure grid line spacing is being maintained in a �- straight and consistent manner and deck panels or pavers are level and not rocking, shim as (_ required. Particular attention should be paid to pedestrian entrance or access points to eliminate potential trip hazards. b. Confirm that deck pedestal height does not exceed specified height (24 inches for no bracing; C 36 inches with bracing). c c. Unless otherwise specified in writing to allow for expansion, inspect to ensure that all paver spacing between tiles and at the perimeter is no greater than one tab set(not to exceed 3/16 �-- inch). Install/Adhere partial tab sets as required to maintain proper gapping. B. Following Installation:The Owner or Agent to carefully inspect the deck system to verify: a. The new deck is blocked on all sides to contain the surface decking and related components. b. There is no more than one tab set (not to exceed 3/16 inch) gapping between any deck panels and at all sides of the deck perimeter. c. There is no ballasting rock used to fill in any perimeter voids. d. Deck panels do not rock when you walk across the decking surface. e. All spacer tabs are in place,visible and secure. L C. Other: Installer and/or Architect has the responsibility of informing the Owner about performing routine maintenance on the deck,this includes: C PLASTIC STRUCTURAL ASSEMBLIES 065200-7 C C U 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 a. Checkingfor rockingavers or surface tiles and properly applying shims as the substrate can P p P Y settle and require pedestal adjustment. • b. Periodically checking for broken, damaged, or missing tabs and replacing to limit movement. • c. Maintaining intact and structurally sound perimeter containment. d. Replacing damaged surface tiles, pavers,or pedestals. • BISON VERSADJUST PEDESTAL PRODUCT LINE 110 Model No. Description Range Notes V1 1 Adjustable Pedestal 2 1/4"-2 3/4" . V1 36 (57.15-69.85 mm) . V2-18 Adjustable Pedestal 2 3/4"-3 3/4" V2 316 (69.85-95.25 mm) • . illV3-18 Adjustable Pedestal 3 3/4" 5 3/4" V3 316 (95.25-146.05 mm) • V4 1 1 Ad ustable Pedestal 5 3/4"-9" • V4 36 (146.05-228.6 mm) -- IP . 1111 VC2 Quick Clip Adds up to 4" Insert VC2 into V4 base . Extender (101.6 mm)each or another VC2 to reach i up to 36"(914.4 mm) ro VT18 1/8"(3.175 mm)wide Select 1/8"(3.175 mm)or Y„ VT316 Spacer Take 3/16" (4.5 mm)wide 3/16"(4.5 mm)Tab Size D 41110 VT 8 Ultra Low 1/8"(3.175 mm) -- VT316 Height Pedestal ID HD25-18 HD25-316 1/4"(6.35 mm) 1116116 HD50 18 HD50 316 Fixed Height 1/2"(12.7 mm) Stack upto 4 HD75-18 HD75-316 Stackable Pedestals 3/4"(19.05 mm) 1 I Alto LO-18 Low Height 1 1/4" 2" Supports 750 Ibf(3.34 kN)FS:3 LO-316 Adjustable Pedestal (31.75 51 mm) per Pedestal B11 Rubber Flexible Shim 1/16"(1.588 mm) -- v PS1 Plastic Rigid Shim 1/8"(3.175 mm) -- o Adds 1/4"(6.35 mm)to uigiS) LD4 Base Leveler Pedestal height Maximum of 1"per Stack up to 4 total to foot slope(8%) Q base of Pedestals Plit FS-1 Fastening Kit* Secures Bison Wood Tiles and Paver Trays to Bison Pedestals I 161 JT Joist Top Adds 3/16"(4.5 mm) Works with 2x and 4x lumber in height on Adjustable Pedestals ' 12 x 1_ x 11./l b (304.8 x 304.8 x 1 .463 mm) ' FIB Floating Insulation Base For use over roofing systems with 20-40 psi (137.895-275.79 kPa)bearing capacity ' 12"x 12"x 1/4"(304,8 x 304.8 x 6.35 mm) 1 Illa FFB Floating Foundation Base For use under Pedestals on grade(soil) 1 END OF SECTION II ' PLASTIC STRUCTURAL ASSEMBLIES 065200-8 1 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 SECTION 311000-SITE CLEARING C PART 1-GENERAL C 1.1 SUMMARY A. Section Includes: ct' 1. Protecting existing vegetation to remain. 2. Removing existing vegetation. 3. Clearing and grubbing. • 4. Stripping and stockpiling topsoil. 411 5. Removing above-and below-grade site improvements. 411 6. Disconnecting, capping, or sealing site utilities. 411 7. Temporary erosion and sedimentation control. 411 1.2 PREINSTALLATION MEETINGS 411 A. Pre-installation Conference: Conduct conference at the Project Site. 411 1.3 MATERIAL OWNERSHIP A. Except for materials indicated to be stockpiled or otherwise remain Owner's property, cleared 411 materials shall become Contractor's property and shall be removed from Project site. , 1.4 FIELD CONDITIONS , A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent , occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic-ways if required by Owner , or authorities having jurisdiction. B. Salvageable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. 41 , SITE CLEARING 311000- 1 1 1 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 C) D. Do not commence site clearing operations until temporary erosion- and sedimentation- control, and plant-protection measures are in place. 0 E. Tree- and Plant-Protection Zones: Protect according to requirements in Section 015639 "Temporary Tree and Plant Protection." 0 PART 2-PRODUCTS l.. 0 2.1 MATERIALS A. Satisfactory Soil Material: Requirements for satisfactory soil material are specified in Section 312000"Earth Moving." • 1. Obtain approved borrow soil material off-site when satisfactory soil material is not available on-site. • PART 3- EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Verify that trees, shrubs, and other vegetation to remain or to be relocated have been flagged and that protection zones have been identified and enclosed according to requirements in Section 015639 "Temporary Tree and Plant Protection." C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Provide temporary erosion- and sedimentation-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to erosion- and sedimentation-control Drawings and requirements of authorities having jurisdiction. B. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. C. Inspect, maintain, and repair erosion- and sedimentation-control measures during construction until permanent vegetation has been established. D. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. SITE CLEARING 311000-2 1 C C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C C 3.3 TREE AND PLANT PROTECTION A. Protect trees and plants remaining on-site according to requirements in Section 015639 "Temporary Tree and Plant Protection." B. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that C are damaged by construction operations according to requirements in Section 015639 "Temporary Tree and Plant Protection." 3.4 EXISTING UTILITIES C A. Locate, identify, disconnect, and seal or cap utilities indicated to be removed or abandoned in C place. 1. Arrange with utility companies to shut off indicated utilities. C B. Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others, unless permitted under the following conditions and then only after arranging to 411 provide temporary utility services according to requirements indicated: 1. Notify Landscape Architect not less than two days in advance of proposed utility interruptions. � 2. Do not proceed with utility interruptions without Landscape Architect's written • permission. � C. Removal of underground utilities is included in earthwork sections; in applicable fire • suppression, plumbing, HVAC, electrical, communications, electronic safety and security, and utilities sections; and in Section 024119 "Selective Demolition." 3.5 CLEARING AND GRUBBING , A. Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1. Grind down stumps and remove roots larger than 3 inches in diameter, obstructions, , and debris to a depth of 18 inches below exposed subgrade. 2. Use only hand methods or air spade for grubbing within protection zones. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches and compact each layer to a density equal to adjacent original ground. 3.6 TOPSOIL STRIPPING , A. Remove sod and grass before stripping topsoil. , SITE CLEARING 311000-3 I 0 ® DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX ® AUGUST-2019 Q B. Strip topsoil to depth of 6 inches in a manner to prevent intermingling with underlying subsoil 0 or other waste materials. 0 0C. Stockpile topsoil away from edge of excavations without intermixing with subsoil or other materials. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust and erosion by water. 3.7 SITE IMPROVEMENTS 0 A. Remove existing above- and below-grade improvements as indicated and necessary to facilitate new construction. 111) . 3.8 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and . waste materials including trash and debris, and legally dispose of them off Owner's property. B. Separate recyclable materials produced during site clearing from other nonrecyclable 111 materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. Do not interfere with other Project work. END OF SECTION 311000 111 11 1 1 SITE CLEARING 311000-4 C C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C C SECTION 320130—LANDSCAPE MAINTENANCE C C PART 1-GENERAL 1.1 SCOPE C� A. Maintenance required under this contract shall conform to the specifications and criteria in this section. Items included in this section include, but are not limited to,the following: 1. Mowing, edging and trimming of lawn areas �C 2. Application of pesticides, as required 3. Weeding, cultivating and cleaning of all plantings f.�\ 4. Application of herbicides ` 5. Adjustment of irrigation clocks for weather and growth conditions 6. General site clean up: Removal of trash and products of maintenance 7. Hand watering of machine-transplanted trees 8. Truck watering of trees and turf,via manual system 1.2 CONTRACT PERIOD A. These specifications shall govern all maintenance work on completed and partially-completed project areas, commencing at the Notice to Proceed and terminating ninety (90) days after the issuance of Notice of Substantial Completion or until associated common areas have ninety- nine percent(99%) coverage of prescribed grass to achieve final acceptance. - B. Owner requests a 1-year maintenance agreement in addition to the above. This should be a separate line item in the bid schedule and should be based on the criteria and requirements C listed in SCHEDULE A.The Contract period for this agreement will be governed by an additional C agreement between the Owner and Landscape Contractor. 1.3 INTENT OF THE CONTRACT A. It is the intent of the contract to provide the Owner with a project site that is attractive in ap- pearance, and to keep all plant materials and lawns in a healthy and vigorous condition. I 1.4 CONTRACTOR'S PERFORMANCE I A. The Contractor shall perform all work as often as necessary to fulfill the spirit and intent of the contract. The workmen shall be neat in appearance, perform their work in a professional man- ner, keep noise to a minimum, and stage their work from a location on the site out of the way of the mainstream of the users. In general, the Contractor's presence on the site shall be in- conspicuous as possible. B. All workmen and personnel employed by the Contractor for maintenance and repairs required under this section shall be neatly attired with long pants and shirts at all times. LANDSCAPE MAINTENANCE 320130- 1 1 41 0 C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 1.5 NEGLECT AND VANDALISM A. Turf, shrubs, trees or plants that are damaged or killed due to Contractor's operations, negli- gence,or chemicals shall be replaced at no expense to the Owner. B. Sprinklers or structures that are damaged due to the Contractor's operation must be replaced by the Contractor promptly. • • C. All damage to, or thefts of landscape elements not caused or allowed by the Contractor subse- a quent to the issuance of the Certificate of Substantial Completion shall be corrected by the Contractor at the Owner's expense, upon receipt of written authorization to proceed. • • D. Damage due to thefts or vandalism prior to the date of the Certificate of Substantial Comple- tion shall be at the Contractor's expense. 5 • 1.6 EMERGENCIES S A. The Contractor shall answer emergency or complaint calls regarding conditions in landscaped • areas regarding fallen trees or branches, or shrubs or trees that obstruct the driveways, and shall correct the problem or place warning signs and advise the Owner of the need for major work to be performed. PART 2-MATERIALS&PRODUCTS 2.1 OVERSEEDING (IF IN SEASON) Kind of Seed Minimum &Pure Live Lbs. Pure Live Seed Required Seed per 1,000 S.F. Fall Overseed Gulf Annual Rye (9/15- 11/1) 85% 5 lbs. P r 2.2 MACHINERY P A. Machinery requirements listed under this Section are not intended to be restrictions of specific manufacturers or models unless so stated. Specific mention of manufacturers is intended as a guide to illustrate the final product of maintenance operations desired. 1. Lawn Mowers: Shall be of the rotary-type, in good working order, finely turned to pro- tect the lawn from excessive exhaust fumes. Blades shall be sharp, to reduce shredding of the cut grass. 2. Lawn Edgers: Shall be of a rigid or flexible blade-type that will produce a fine, clean edge where lawns meet walkways, pavements,or curbs. p p 3. Fertilizer Spreaders: Cyclone-type spreader, or equal. No visible underlapping of appli- cations will be permitted. p p LANDSCAPE MAINTENANCE 320130-2 1 C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 4. Pruning Tools: Shall be maintained in good working order. Cutting edges shall be sharp. Disinfect all tools when used for the removal of diseased limbs with a solution of Clorox and water, mixed at a 1:5 ratio. 5. Watering Truck & Pump: Minimum 1200 gal. tank/pump. Pressure at nozzle: 35 PSI (1 1/2" outlet). PART 3- EXECUTION 3.1 GENERAL A. All maintenance operations shall be performed by the Contractor's own force, superintended by personnel familiar with the job. Subcontracting of maintenance work shall not be allowed. B. Maintenance Period shall commence immediately upon the issuance of the contract. It will be the Contractor's sole responsibility to maintain plantings in original intended condition throughout the Maintenance Period of this contract. C. Accidental damage to the landscape plantings beyond the control of the Contractor shall be re- ported immediately to the Owner. fr 3.2 IRRIGATION SYSTEM A. Irrigation system maintenance shall generally be construed as any activity or activities neces- sary to keep the system 100%operational. Irrigation system maintenance shall include, but not be limited to: 1. Replacement of equipment damaged by Contractor operations. t, 2. Repair of other equipment damaged or malfunctioning on a time and material basis. (As requested by the Owner.) I 3. Reporting of system status to Owner on a monthly basis or as necessary in case of 41 emergency. I 4. Adjustment and cleaning of heads so as to correct misdirectional throw, improper cov- 41 erage and damage to equipment. B. The Contractor shall monitor and program the irrigation controllers to maintain optimum mois- . ture levels in all planted areas. I C. Irrigation cycles shall be set to take place after 11:00 pm and prior to sunrise (4:00 am - 5:00 am), unless otherwise instructed by the Owner, except during visits of grounds maintenance personnel. During such visits, the irrigation system may be operated as desired by those per- sonnel. D. Irrigation cycles should gradually be reduced from September to the winter, in order to gener- ally reduce late season plant growth and vigor, and to stimulate hardening off and dormancy of plant material. f`V LANDSCAPE MAINTENANCE 320130-3 C U 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX ® AUGUST-2019 0 3.3 STAKING AND GUYING 0 A. Contractor shall maintain staking and guying of trees at all times, and shall be responsible for any damage to trees or plant materials caused by chafing or breaking of foliage or limbs coming in contact with stakes, ties, guys, eye bolts, or bracing materials. Periodically, adjust broken stakes and ties as needed. If ties are too tight,they must be replaced or adjusted. All labor and 0 material costs shall be considered in base bid for the initial 360-day maintenance period. 0 B. Trees and large shrubs that may require guys, stakes or special care during the winds and rains 0 shall receive the required care prior to and immediately after anticipated and actual occur- rences,to ensure that no damage results to the plant material. 0 3 3.4 PRUNING 3 A. Contractor shall prune regularly, as required. Remove dead wood and aesthetically horticul- J turally balance the planting, as directed by the Landscape Architect. All suckers and undesired growth shall be removed immediately. B. Do not prune limbs from trunks more than 12" above ground per 1" caliper(minimum 8"). C. Pruning of shrubs should create a uniformly dense plant. Selectively thin and tip back annually. Prune to enhance natural branching effect of plants. Do not change shape of shrubs by prun- ing. Refer to schedule. 3.5 TURF MAINTENANCE A. Mowing: During periods of cool weather, mow at one and one-half inches (1 1/2"), but during --- hot weather should not be lower than two inches (2")from the soil. Regular weekly mowing is strongly recommended. Never scalp the lawn, or cut more than one-third (1/3) of the existing top growth in one mowing. Remove excessive clippings, never allowing clippings to remove on lawn surface for more than four(4) hours. B. Watering: Provide a regular, deep watering program. The established turf should not be kept wet, but should dry out under regular conditions. If it is hot or windy, water more often. In very hot weather, a fast watering with fine spray will cool the turf zone and can supplement the regular deeper watering program. In shaded areas caused by trees or shrubs, water more frequently because of the competition for soil moisture. If lawn wilts (shows grey-brown), wa- ter more frequently. C. In areas of new planting and lawns, allow new lawn to grow over tree ball. Maintain height of grass at tree trunk with hand clippers. Do not use weed whips around tree trunks. 3.6 MANUAL WATERING (QUICK COUPLER SYSTEM) A. Water all trees twice weekly (minimum m 30 gal. total), or as necessary to maintain materials in thriving condition. Frequency may be reduced, as directed by the Landscape Architect dur- ing periods of wet weather. LANDSCAPE MAINTENANCE 320130-4 1 n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl 3.7 GENERAL CLEAN UP , A. The Contractor shall dispose of all waste materials or refuse from his operations off the prop- fl erty, except where other arrangements have been made with the Owner. �. B. Keep all expansion and score joints free of any vegetation which may appear, and apply ap- fl propriate herbicide to discourage future growth in these areas. C. Leaves, papers, grass clippings or other debris shall be removed weekly, or at each visit from all areas. D. Remove dead animals from the site immediately,as they are encountered. PART 4-SCHEDULE 4.1 SCHEDULE A. The Schedule as included herein shall be used as a guide for the work specified, which may fall within the post-construction maintenance period. Should the Contractor require an alteration (— of the Schedule,contact the Owner. SCHEDULE"A" FUNCTIONS FREQUENCY Jan. Feb. Mar. Apr. May June July Aug. Sept. Oct. Nov. Dec. 411 Mowing 3 3 4 5 5 5 4 4 5 4 4 4 Edging 1 1 4 5 5 4 4 4 5 4 1 1 Debris Removal 2 2 4 4 5 5 5 5 5 5 4 4 Pruning 1 1 Weed Control Beds 1 1 1 1 1 1 1 1 1 1 Clean &Sweep , Curbs &Gutters 2 2 4 4 5 4 5 4 4 5 4 4 41 Overseed Rye 1* , Index Irrigation 1 1 1 1 1 1 1 1 1 1 1 1 Spray for Borers 1 1 1 1 *Depending on Prevailing Weather END OF SECTION 320130 ' LANDSCAPE MAINTENANCE 320130-5 1 1 • • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • • • • • • THIS PAGE LEFT INTENTIONALLY BLANK I ID LANDSCAPE MAINTENANCE 320130-6 S DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 SECTION 320519—GEOTEXTILES PART 1—GENERAL 1.1 SCOPE A. Geotextiles for the following applications: 1. Subsurface drains 2. Erosion Control I anricraning 1.2 RELATED SECTIONS A. Section 328400—Planting Irrigation B. Section 329200—Turf and Grasses C. Section 329300—Plants 1.3 REFERENCES A. ASTM D 4491-Standard Test Methods for Water Permeability of Geotextiles by Permittivity. B. ASTM D 4632-Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. C. ASTM D 4533-Standard Test Method for Trapezoid Tearing Strength of Geotextiles. (� D. ASTM D 4751-Standard Test Method for Determining Apparent Opening Size of a Geotextile. E. DOT Standards-Texas Department of Transportation Standard Specifications. I 1.4 DESIGN/PERFORMANCE REQUIREMENTS . A. Design considerations: Aggregate and Thickness selected based on the recommendations of the manufacturer. B. Sub-base and base design shall conform to the applicable requirements of the DOT Standards for Texas and the sub-base recommendations of the manufacturer. , 1.5 SUBMITTALS A. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 411 2. Storage and handling requirements and recommendations. 41 411 3. Installation methods. • GEOTEXTILES 320519- 1 I 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 0 B. Samples: Submit manufacturers samples of each product specified. 0 C. Manufacturer's Certificates: Certify products meet or exceed specified requirements. • 1.6 QUALITY ASSURANCE • • A. Manufacturer Qualifications: Manufacturer with a minimum for five years documented experi- ence with the products specified and with ISO Certification certifying material compliance.. • • B. Installer Qualifications: Installer experienced in performing work of this section that has spe- cialized in installation of work similar to that required for this project. Installer must also be • able to provide skilled workman with satisfactory record of performance on landscaping or pav- e ing projects of comparable size and quality. • C. Pre-installation Meetings: 1. Convene a pre-installation meeting a minimum of two weeks prior to start of work. 2. Verify project requirements, subbase and base conditions, manufacturer's installation instructions and coordination with other related work. 3. Require attendance of parties directly affecting work of this section, including the Con- tractor, engineer, installer,and manufacturer's representative. 4. Comply with Division 1 requirements. 1.7 DELIVERY, STORAGE,AND HANDLING D A. Store products in manufacturer's unopened packaging until ready for installation. B. Protect materials during handling and installation to prevent damage. 1.8 PROJECT CONDITIONS A. Maintain environmental conditions recommended by manufacturer for desired results. Do not install products under conditions outside manufacturer's absolute limits. 1 B. In cold weather, do not use frozen materials or materials coated with ice or frost, and do not build on frozen base or wet,saturated or muddy subgrade. C. Protect partially completed work against damage from other construction traffic when work is in progress. 1.9 SEQUENCING A. Ensure that products of this section are supplied to affected trades in time to prevent interrup- tion of construction progress. GEOTEXTILES 320519-2 t J n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 (Th 0 PART 2—PRODUCTS 2.1 MANUFACTURERS fl A. Acceptable Manufacturer: Fiberweb Geosynthetics,which is located at: 1611 County Rd. B West ; Roseville, MN 55113;Tel: 651-330-2920; Fax:651-797-2319; Email: request info(in- fl fo@boddingtons.us);Web: www.typargeotextiles.com B. Requests for substitutions will be considered. C 2.2 APPLICATION C A. Geotextile Selection for Landscaping 1. Typar 3341 C 2.3 GEOTEXTILES A. General:TYPAR non-woven,thermally bonded GEOTEXTILES utilize continuous filament tech- c nology.Typar Geotextiles shall conform to AASHTO requirements for certification, sampling, testing and acceptance and shipment and storage requirements. B. TYPAR 3341 1. Mechanical (Marv) , a. Grab tensile strength ASTM D 4632: 120 lbs I b. Grab elongation ASTM D 4632: 60 percent , c. Trapezoidal tear strength ASTM D 4533:40 lbs a d. Puncture strength: 34 lbs 2. Endurance (MARV)1 a. UV Resistance @ 500 hrs ASTM D 4355: 70 percent , 3. Hydraulic(MARV) a. Apparent opening size ASTM D 4751: 60 US Sieve b. Permittivity ASTM D 4491:0.7 sec c. Water flow rate ASTM D 4491: 85 gal/min/sf 4. Physical (Typical) t a. Unit weight: 3.4 oz/sy b. Roll diameter: 8 inches c. Length: 100 yd d. Width: 151 inches , e. Roll area:419 sy ' f. Roll weight gross: 97 lbs ' 1 GEOTEXTILES 320519-3 1 I 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 PART 3—EXECUTION n 3.1 EXAMINATION A. Before beginning installation, verify site conditions are as indicated on the Drawings. Notify the Architect if site conditions are not acceptable. Do not begin preparation or installation until un- acceptable conditions have been corrected. 0 0 3.2 PREPARATION 9 A. Subgrade Preparation: 3 1. Prepare subgrade as specified in Section 31 23 00. Verify subgrade in accordance with porous paving system manufacturer's instructions. 3 2. Excavate area allowing for unit thickness and the engineered base depth. 3. Provide adequate drainage from excavated area if area has potential to collect water, . when working with in-place soils that have poor permeability. 4. Provide a subdrainage system as specified in section 33 06 00. 5. Ensure in-place soil is relatively dry and free from standing water. 6. Uniformly grade base and level and clear base of large objects,such as rocks and wood. B. Sub-Base Preparation: 1. Install sub-base as specified in Section 31 23 00.Verify sub-base is installed in accord- ance with porous paving system manufacturer's instructions. 2. Coordinate sub-base installation/preparation with subdrains specified in Sect. 33 06 00. 3. If required, place a geotextile separation layer between the natural ground and the en- gineered base to a thickness of 6 inches. 3.3 INSTALLATION A. Install Geotextiles as indicated on Drawings in accordance with manufacturer recommenda- tions. D B. Landscaping: Install as specified in 329300 END OF SECTION 320519 D GEOTEXTILES 320519-4 ) n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 SECTION 321400-UNIT PAVING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary C Conditions and Division 01 Specification Sections, apply to this Section. (� 1.2 SUMMARY A. Section Includes: 1. Brick pavers set in aggregate and mortar setting beds. C 1.3 ACTION SUBMITTALS C A. Product Data: For materials other than water and aggregates. B. Samples: C 1. Four representative full-size samples of each paver type, size,thickness, color, and finish that indicate the range of color variation, texture, and size expected in the finished installation. 2. Joint materials involving color selection. 3. Exposed edge restraints involving color selection. C. Mock-Ups: C 1. Install a 7 ft x 7 ft paver area. C 2. Use this area to determine surcharge of the bedding sand layer,joint sizes, lines, laying pattern(s),color(s), and texture of the job. I 3. This area will be used as the standard by which the work will be judged. 411 4. Subject to acceptance by Landscape Architect, mock-up may be retained as part of 41 finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. I 1.4 INFORMATIONAL SUBMITTALS A. Material Certificates: For unit pavers. Include statements of material properties indicating compliance with requirements, including compliance with standards. Provide for each type and size of unit. , UNIT PAVING 321400- 1 1 I 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 1.5 FIELD CONDITIONS 0 A. Cold-Weather Protection: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. Remove and replace unit paver work damaged by frost or freezing. 0 B. Weather Limitations for Bituminous Setting Bed: Install bituminous setting bed only when ambient temperature is above 40 deg F and when base is dry. • C. Weather Limitations for Mortar and Grout: 1. Cold-Weather Requirements: Comply with cold-weather construction requirements . contained in TMS 602/ACI 530.1/ASCE 6. 110 2. Hot-Weather Requirements: Comply with hot-weather construction requirements • contained in TMS 602/ACI 530.1/ASCE 6. Provide artificial shade and windbreaks and . use cooled materials as required. Do not apply mortar to substrates with temperatures of 100 deg F and higher. 10 PART 2-PRODUCTS 2.1 BRICK PAVERS A. Brick Pavers: Light-traffic paving brick; ASTM C 902, Class SX, Type II, Application PS. Provide brick without frogs or cores in surfaces exposed to view in the completed Work. • 1. Thickness: 3 inches. 2. Face Size:3-3/4 by 7-1/2 inches. 3. Color: River Red,Cast Limestone. B. Temporary Protective Coating: Precoat exposed surfaces of brick pavers with a continuous film of a temporary protective coating that is compatible with brick, mortar, and grout products and can be removed without damaging grout or brick. Do not coat unexposed brick surfaces; handle brick to prevent coated surfaces from contacting backs or edges of other units. If, despite these precautions, coating does contact bonding surfaces of brick, remove coating from bonding surfaces before setting brick. 111 2.2 ACCESSORIES A. Cork Joint Filler: Preformed strips complying with ASTM D 1752,Type II. B. Compressible Foam Filler: Preformed strips complying with ASTM D 1056, Grade 2A1. 2.3 AGGREGATE SETTING-BED MATERIALS A. Graded Aggregate for Base: Sound, crushed stone or gravel complying with ASTM D 448 for Size No. 8. UNIT PAVING 321400-2 C DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C n B. Sand for Leveling Course: Sound, sharp, washed, natural sand or crushed stone complying with gradation requirements in ASTM C 33/C 33M for fine aggregate. C. Sand for Joints: Fine, sharp, washed, natural sand or crushed stone with 100 percent passing (, No. 16 sieve and no more than 10 percent passing No. 200 sieve. C D. Drainage Geotextile: Nonwoven needle-punched geotextile fabric, manufactured for subsurface drainage applications, made from polyolefins or polyesters; with elongation greater than 50 percent; complying with AASHTO M 288 and the following, measured per test C methods referenced: 1. Survivability: Class 2, AASHTO M 288. 2. Apparent Opening Size: No.40 sieve, maximum;ASTM D 4751. t,_ 3. Permittivity:0.5 per second, minimum;ASTM D 4491. 4. UV Stability: 50 percent after 500 hours'exposure,ASTM D 4355. r E. Herbicide: Commercial chemical for weed control, registered with the EPA. Provide in granular, liquid, or wettable powder form. C 2.4 MORTAR SETTING-BED MATERIALS A. Portland Cement:ASTM C 150/C 150M,Type I or Type II. C B. Hydrated Lime: ASTM C 207,Type S. C C. Sand: ASTM C 144. c D. Latex Additive: Manufacturer's standard acrylic resin water emulsion, serving as replacement C for part or all of gaging water, of type specifically recommended by latex-additive manufacturer for use with field-mixed portland cement and aggregate mortar bed, and not containing a retarder. E. Water: Potable. 2.5 GROUT MATERIALS 41 A. High-Performance Cement Grout: ANSI A118.7, sanded. , 411 1. Polymer Type: Ethylene vinyl acetate or acrylic additive, in dry, redispersible form, prepackaged with other dry ingredients. i 2. Polymer Type: Acrylic resin in liquid-latex form for addition to prepackaged dry-grout mix. 41 B. Sand Colors: As indicated by manufacturer's designations,Tan. 41 C. Water: Potable. UNIT PAVING 321400-3 411 0 Q DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 2.6 MORTAR AND GROUT MIXES 0 0 A. General: Comply with referenced standards and with manufacturers' written instructions for mix proportions, mixing equipment, mixer speeds, mixing containers, mixing times, and other procedures needed to produce setting-bed and joint materials of uniform quality and with 0 optimal performance characteristics. Discard mortars and grout if they have reached their 0 initial set before being used. B. Mortar-Bed Bond Coat: Mix neat cement and water to a creamy consistency. C. Portland Cement-Lime Setting-Bed Mortar: Type M complying with ASTM C 270, Proportion 3 Specification. D. Latex-Modified, Portland Cement Setting-Bed Mortar: Proportion and mix portland cement, , sand, and latex additive for setting bed to comply with written instructions of latex-additive manufacturer and as necessary to produce stiff mixture with a moist surface when bed is ready to receive pavers. E. Latex-Modified, Portland Cement Bond Coat: Proportion and mix portland cement, aggregate, and liquid latex for bond coat to comply with written instructions of liquid-latex manufacturer. F. Packaged Grout: Proportion and mix according to grout manufacturer's written instructions. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. B. Cut stone pavers with motor-driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut stones to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable. C. Pavers over Waterproofing: Exercise care in placing pavers and setting materials over waterproofing so protection materials are not displaced and waterproofing is not punctured or otherwise damaged. Carefully replace protection materials that become displaced and arrange for repair of damaged waterproofing before covering with paving. ' 1. Provide joint filler at waterproofing that is turned up on vertical surfaces unless otherwise indicated; where unfilled joints are indicated, provide temporary filler or protection until paver installation is complete. D. Tolerances: Do not exceed 1/16-inch unit-to-unit offset from flush (lippage) or 1/8 inch in 24 inches and 1/4 inch in 10 feet from level, or indicated slope,for finished surface of paving. E. Expansion and Control Joints: Provide for sealant-filled joints at locations and of widths indicated. Provide compressible foam filler as backing for sealant-filled joints. Install joint filler UNIT PAVING 321400-4 �. ..) 1. DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl before setting pavers. Sealant materials and installation are specified in Section 079200 "Joint C Sealants." C F. Expansion and Control Joints: Provide cork joint filler at locations and of widths indicated. Install joint filler before setting pavers. Make top of joint filler flush with top of pavers. C G. Provide edge restraints as indicated. Install edge restraints before placing unit pavers. 3.2 AGGREGATE SETTING-BED APPLICATIONS A. Compact soil subgrade uniformly to at least 95 percent of ASTM D 698 laboratory density. • 41 B. Place aggregate base,compact by tamping with plate vibrator, and screed to depth indicated. . C. Place drainage geotextile over compacted base course, overlapping ends and edges at least 12 inches. 411 D. Place leveling course and screed to a thickness of 1 to 1-1/2 inches, taking care that moisture 411 content remains constant and density is loose and uniform until pavers are set and compacted. . E. Treat leveling course with herbicide to inhibit growth of grass and weeds. 411 F. Set pavers with a minimum joint width of 1/16 inch and a maximum of 1/8 inch, being careful not to disturb leveling base. If pavers have spacer bars, place pavers hand tight against spacer bars. Use string lines to keep straight lines. Fill gaps between units that exceed 3/8 inch with pieces cut to fit from full-size unit pavers. , G. Vibrate pavers into leveling course with a low-amplitude plate vibrator capable of a 3500- to 5000-lbf compaction force at 80 to 90 Hz. Use vibrator with neoprene mat on face of plate or other means as needed to prevent cracking and chipping of pavers. Perform at least three , passes across paving with vibrator. H. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate pavers and add sand until joints are completely filled,then remove excess sand. Leave a slight surplus of sand on the surface for joint filling. END OF SECTION 321400 111 1 I I UNIT PAVING 321400-5 I 1 ip • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • 0, • 110 I 110 • THIS PAGE LEFT INTENTIONALLY BLANK ID ID I ID II I 0 0 1 I 1 1 1 ' UNIT PAVING 321400-6 0 n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 SECTION 321713-PARKING BUMPERS PART 1-GENERAL 1.1 SUMMARY A. Section includes resilient wheel stops. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified. I PART 2-PRODUCTS11 2.1 PARKING BUMPERS A. Resilient Wheel Stops: Solid, integrally colored rubber; UV stabilized; manufacturer's standard 41 height and width by 72 inches long. Provide chamfered corners and a minimum of two factory- formed or pre-drilled vertical holes through wheel stop for anchoring to substrate. 41 1. Speed Bumps and Humps, Premium Rubber Wheel Stops; or approved equal. 41 2. Color: Gray. 3. Mounting Hardware: Galvanized-steel dowel, 1/2-inch diameter, 10-inch minimum length. 4. Adhesive: As recommended by wheel-stop manufacturer for adhesion to pavement. PART 3-EXECUTION , 3.1 INSTALLATION A. Install wheel stops according to manufacturer's written instructions unless otherwise indicated. B. Install wheel stops in bed of adhesive before anchoring. C. Securely anchor wheel stops to pavement with hardware in each preformed vertical hole in wheel stop as recommended in writing by manufacturer. Recess head of hardware beneath top of wheel stop. END OF SECTION 321713 I 1 PARKING BUMPERS 321713- 1 I C up • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • • • • • • II S THIS PAGE LEFT INTENTIONALLY BLANK 111 I S I 0 0 0 0 0 1 0 0 0 0 0 I ' PARKING BUMPERS 321713-2 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 SECTION 321726-TACTILE WARNING SURFACING C PART 1-GENERAL 1.1 SUMMARY A. Section Includes: C C 1. Cast-in-place detectable warning tiles. 2. Detectable warning mats applied to existing concrete paving. 1.2 ACTION SUBMITTALS ram' A. Product Data: For each type of product. B. Samples for each type of exposed finish requiring color selection. r PART 2-PRODUCTS C 2.1 TACTILE WARNING SURFACING, GENERAL A. Accessibility Requirements: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines for Buildings and Facilities and ICC A117.1 for tactile warning surfaces. 1. For tactile warning surfaces composed of multiple units, provide units that when ("1 installed provide consistent side-to-side and end-to-end dome spacing that complies with requirements. C 2.2 DETECTABLE WARNING TILES A. Cast-in-Place Detectable Warning Tiles: Accessible truncated-dome detectable warning tiles C� configured for setting flush in new concrete walkway surfaces, with slip-resistant surface treatment on domes and field of tile. 1. Material: Cast-fiber-reinforced polymer concrete tile 2. Color: As selected by Landscape Architect from manufacturer's full line. I 4 3. Shapes and Sizes: a. Rectangular panel, 12 by 12 inches b. Radius panel, nominal 24 inches deep by 6-foot outside radius. 1 4 4. Dome Spacing and Configuration: Manufacturer's standard compliant spacing pattern. 5. Mounting: 1 TACTILE WARNING SURFACING 321726- 1 1 U 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 a. Permanently embedded detectable warning tile wet-set into freshly poured 0 concrete. 0 b. Detectable warning tile set into formed recess in concrete and adhered with mortar. 0 c. Replaceable detectable warning tile wet-set into freshly poured concrete and surface-fastened to permanently embedded anchors. 0 Q B. Surface-Applied Detectable Warning Tiles: Accessible truncated-dome detectable warning concrete tiles configured for surface application on existing concrete walkway surfaces, with 0 slip-resistant surface treatment on domes,field of tile, and beveled outside edges. 1. Material: Cast-fiber-reinforced polymer concrete tile. . 2. Color: As selected by Landscape Architect from manufacturer's full line. 3. Shapes and Sizes: 110 a. Rectangular panel, 12 by 12 inches. b. Radius panel, nominal 24 inches deep by 6-foot outside radius. 110 4. Dome Spacing and Configuration: Manufacturer's standard compliant spacing pattern. 5. Mounting:Adhered and fastened to existing concrete walkway. 2.3 ACCESSORIES A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of tactile warning surfaces, noncorrosive and compatible with each material joined, and complying with the following: 1. Furnish Type 316 stainless-steel fasteners for exterior use. 2. Fastener Heads: For nonstructural connections, use flathead or oval countersunk screws and bolts with tamper-resistant heads,colored to match tile. B. Adhesive: As recommended by manufacturer for adhering tactile warning surfacing unit to pavement. ' C. Sealant: As recommended by manufacturer for sealing perimeter of tactile warning surfacing unit. PART 3-EXECUTION 3.1 INSTALLATION OF TACTILE WARNING SURFACING A. General: Prepare substrate and install tactile warning surfacing according to manufacturer's written instructions unless otherwise indicated. TACTILE WARNING SURFACING 321726-2 J f, J n n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 B. Place tactile warning surfacing units in dimensions and orientation indicated. Comply with location requirements of AASHTO MP 12. n C. Cast-in-Place Detectable Warning Tiles: Set each detectable warning tile accurately and firmly in place and completely seat tile back and embedments in wet concrete by tamping or vibrating. Set surface of tile flush with surrounding concrete and adjacent tiles. Remove fl concrete from tile surfaces and clean using methods recommended in writing by manufacturer. r-� D. Removable Cast-in-Place Detectable Warning Tiles: Set each detectable warning tile accurately and firmly in place with embedding anchors and fasteners attached, and firmly seat tile back in wet concrete by tamping or vibrating. Set surface of tile flush with surrounding concrete and adjacent tiles. Remove concrete from tile surfaces and clean tiles using methods t recommended in writing by manufacturer. n E. Surface-Applied Detectable Warning Tiles: Prepare existing paving surface by grinding and (� cleaning as recommended by manufacturer. Apply adhesive to back of tiles in amounts and pattern recommended by manufacturer, and set tiles in place. Install anchor devices through face of tiles and into pavement using anchors located as recommended by manufacturer. Apply sealant in continuous bead around perimeter of installation. F. Surface-Applied Detectable Warning Mats: Prepare existing paving surface by grinding and cleaning as recommended by manufacturer. Apply adhesive to back of mat and set mat in C place. Firmly seat mat in adhesive bed. Install anchor devices through face of mat and into pavement using anchors located as recommended by manufacturer.Set heads of anchors flush with mat surface. Apply sealant in continuous bead around perimeter of mat. 41 G. Remove and replace tactile warning surfacing that is broken or damaged or does not comply • with requirements in this Section. Remove in complete sections from joint to joint unless otherwise approved by Landscape Architect. Replace using tactile warning surfacing installation methods acceptable to Landscape Architect. H. Protect tactile warning surfacing from damage and maintain free of stains, discoloration, dirt, and other foreign material. END OF SECTION 321726 41 41 I 1 TACTILE WARNING SURFACING 321726-3 1 1 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • • • • THIS PAGE LEFT INTENTIONALLY BLANK p 1 TACTILE WARNING SURFACING 321726-4 1 1 IP DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 . SECTION 323300-SITE FURNISHINGS a PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Seating. . 2. Trash receptacles. 1.2 ACTION SUBMITTALS • A. Product Data: For each type of product. . B. Samples: For each exposed product and for each color and texture specified. 1.3 CLOSEOUT SUBMITTALS • c A. Maintenance data. C PART 2-PRODUCTS C 2.1 ACCEPTABLE MANUFACTURERS C A. Provide products from the following manufacturer: C DuMor Inc. C 138 Industrial Circle C Mifflintown, PA 17059 Phone:800-598-4018 Fax: 717-436-9839 C Email:sales@dumor.com C Website: www.dumor.com C 2.2 BENCHES—BENCH 58 C A. Frame:Cast Iron, Black. C B. Seat and Back: 1. Material:As indicated, Powder Coat Black. C 2. Seat Height: As indicated. C 3. Seat Surface Shape: Flat. C 4. Overall Height,Width, and Depth: As indicated. (_ C SITE FURNISHINGS 323300- 1 C C O 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 C. Arms:As indicated. 2.3 TRASH RECEPTACLES—RECEPTACLE 102 A. Receptacle Body 32 Gallon 0 1. Receptacle body shall be manufactured from 1/2" x 1" ASTM A36 carbon steel flat bar, 3/8"thick ASTM 0 2. A36 steel plate, 1/4" x 2" ASTM A36 carbon steel flat bar and ASTM A48 Class 30 cast iron. 0 3 3. Receptacle Shape and Form:As indicated;with opening for depositing trash in lid or top. 4. Lids and Tops: Steel secured by cable or chain, hinged, swiveled, or permanently secured. 110 a. Description: Elevated flat or shallow dome rain-cap lid. . b. Opening for depositing trash covered by self-closing, spring-loaded-hinged, push- in weather flap. 5. Receptacle Height: 48 inches maximum above finished floor or ground to comply with 2012 TAS 308 Reach Ranges. I 6. Overall Width:As indicated. 7. Inner Container: Rigid plastic container with lift-out handles; designed to be removable and reusable. 8. Disposable Liners: Provide receptacle designed to accommodate disposable liners. 9. Capacity: 32 gal. 10. Service Access: Removable lid or top; inner container and disposable liner lift or slide- out for emptying; lockable with padlock hasps; keyed lock with two keys per receptacle. B. Powder Coat: Black. ® 2.4 MATERIALS A. Steel and Iron: Free of surface blemishes and complying with the following: 1. Plates, Shapes,and Bars:ASTM A 36. 2. Steel Pipe: Standard-weight steel pipe complying with ASTM A 53, or electric-resistance- welded pipe complying with ASTM A 135. 3. Tubing: Cold-formed steel tubing complying with ASTM A 500. SITE FURNISHINGS 323300-2 ,l n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl n 4. Mechanical Tubing: Cold-rolled, electric-resistance-welded carbon or alloy steel tubing complying with ASTM A 513, or steel tubing fabricated from steel complying with ASTM A 1011 and complying with dimensional tolerances in ASTM A 500; zinc coated (� internally and externally. (� 5. Sheet: Commercial steel sheet complying with ASTM A 1011. C J 6. Perforated Metal: From steel sheet not less than 0.090-inch nominal thickness; manufacturer's standard perforation pattern. 7. Expanded Metal: Carbon-steel sheets, deburred after expansion, and complying with ASTM F 1267. 8. Malleable-Iron Castings: ASTM A 47, grade as recommended by fabricator for type of use intended. IT 9. Gray-Iron Castings:ASTM A 48,Class 200. B. Anchors, Fasteners, Fittings, and Hardware: Manufacturer's standard, corrosion-resistant- C coated or noncorrodible materials; commercial quality,tamperproof, vandal and theft resistant. 1. Angle Anchors: For inconspicuously bolting legs of site furnishings to below-grade substrate; extent as indicated. iJ 2. Antitheft Hold-Down Brackets: For securing site furnishings to substrate; extent as indicated on Drawings. C. Nonshrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining, noncorrosive, C nongaseous grout complying with ASTM C 1107/C 1107M; recommended in writing by manufacturer,for exterior applications. D. Erosion-Resistant Anchoring Cement: Factory-packaged, nonshrink, nonstaining, hydraulic- controlled expansion cement formulation for mixing with potable water at Project site to create pourable anchoring, patching, and grouting compound; resistant to erosion from water exposure without needing protection by a sealer or waterproof coating; recommended in41 writing by manufacturer,for exterior applications. E. Galvanizing: Where indicated for steel and iron components, provide the following protective zinc coating applied to components after fabrication: , 1. Zinc-Coated Tubing: External, zinc with organic overcoat, consisting of a minimum of 0.9 oz./sq. ft. of zinc after welding, a chromate conversion coating, and a clear, polymer film. Internal, same as external or consisting of 81 percent zinc pigmented coating, not less than 0.3 mil thick. 2. Hot-Dip Galvanizing: According to ASTM A 123/A 123M, ASTM A 153/A 153M, or ASTM A 924/A 924M. SITE FURNISHINGS 323300-3 1 1 C. 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX Q AUGUST-2019 0 2.5 FABRICATION 0 A. Metal Components: Form to required shapes and sizes with true, consistent curves, lines, and angles.Separate metals from dissimilar materials to prevent electrolytic action. 0 0 B. Welded Connections: Weld connections continuously. Weld solid members with full-length, full-penetration welds and hollow members with full-circumference welds. At exposed connections, finish surfaces smooth and blended, so no roughness or unevenness shows after • finishing and welded surface matches contours of adjoining surfaces. C. Pipes and Tubes: Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required; maintain cylindrical cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of handrail and railing components. 1110 r D. Exposed Surfaces: Polished, sanded, or otherwise finished; all surfaces smooth, free of burrs, i barbs, splinters, and sharpness; all edges and ends rolled, rounded, or capped. 10 E. Factory Assembly: Factory assemble components to greatest extent possible to minimize field . assembly. Clearly mark units for assembly in the field. 11, 2.6 ALUMINUM FINISHES • A. Powder-Coat Finish: Manufacturer's standard polyester powder-coat finish complying with finish manufacturer's written instructions for surface preparation, including pretreatment, application, baking, and minimum dry film thickness. 2.7 STEEL AND GALVANIZED-STEEL FINISHES A. Powder-Coat Finish: Manufacturer's standard polyester, powder-coat finish complying with finish manufacturer's written instructions for surface preparation, including pretreatment, 111/ application, baking, and minimum dry film thickness. B. PVC Finish: Manufacturer's standard, UV-light stabilized, mold-resistant, slip-resistant, matte- textured, dipped or sprayed-on, PVC-plastisol finish, with flame retardant added; complying with coating manufacturer's written instructions for pretreatment, application, and minimum dry film thickness. 2.8 STAINLESS-STEEL FINISHES 1111 A. Surface Preparation: Remove tool and die marks and stretch lines,or blend into finish. B. Polished Finishes: Grind and polish surfaces to produce uniform finish,free of cross scratches. 110 1. Run directional finishes with long dimension of each piece. 2. Directional Satin Finish: No 4. F 3. Dull Satin Finish: No. 6. SITE FURNISHINGS 323300-4 f1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 f1 PART 3-EXECUTION 3.1 INSTALLATION fl A. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of site furnishings where required. B. Unless otherwise indicated, install site furnishings after landscaping and paving have been completed. C. C. Install site furnishings level, plumb, true, and securely anchored at locations indicated on Drawings. D. Post Setting: Set cast-in support posts in concrete footing with smooth top, shaped to shed water. Protect portion of posts above footing from concrete splatter. Verify that posts are set plumb or at correct angle and are aligned and at correct height and spacing. Hold posts in position during placement and finishing operations until concrete is sufficiently cured. E. Surface Mount Setting: Anchor on top of concrete surface with anchor bolts through provided it mounting plate. F. Posts Set into Voids in Concrete: Form or core-drill holes for installing posts in concrete to , depth recommended in writing by manufacturer of site furnishings and 3/4 inch larger than OD of post. Clean holes of loose material, insert posts, and fill annular space between post and concrete with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions, with top smoothed and shaped to shed water. G. Pipe Sleeves: Use steel pipe sleeves preset and anchored into concrete for installing posts. C After posts have been inserted into sleeves, fill annular space between post and sleeve withC. nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions, with top smoothed and shaped to shed water. C END OF SECTION 323300 i I 411 41 41 41 I I 411 SITE FURNISHINGS 323300-5 I • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 • • • • • • • • • • THIS PAGE LEFT INTENTIONALLY BLANK ) ) ) ) 1 SITE FURNISHINGS 323300-6 fl ,n DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C C SECTION 328400-PLANTING IRRIGATION C C PART 1-GENERAL 1.1 SUMMARY C A. Section Includes: I 1. Piping. 2. Manual valves. 3. Automatic control valves. • 4. Sprinklers. 5. Controllers. 6. Boxes for automatic control valves. 1.2 PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent irrigation coverage of areas indicated. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating 1 characteristics and furnished specialties and accessories. 1.4 INFORMATIONAL SUBMITTALS 41 A. Zoning Chart:Show each irrigation zone and its control valve. B. Controller Timing Schedule: Indicate timing settings for each automatic controller zone. 1.5 CLOSEOUT SUBMITTALS 41 A. Operation and maintenance data. 1.6 QUALITY ASSURANCE , A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency,and marked for intended location and application. t PLANTING IRRIGATION 328400- 1 1 4 U r DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX l a AUGUST-2019 PART 2-PRODUCTS 0 0 2.1 PIPES,TUBES,AND FITTINGS 0 A. Comply with requirements in the piping schedule for applications of pipe, tube, and fitting materials, and for joining methods for specific services, service locations, and pipe sizes. C B. PVC Pipe: ASTM D 1785, PVC 1120 compound,Schedule 40. 0 1. PVC Socket Fittings: ASTM D 2466, Schedules 40 and 80. 3 2. PVC Threaded Fittings: ASTM D 2464,Schedule 80. C. PVC Pipe, Pressure Rated:ASTM D 2241, PVC 1120 compound, SDR 21. 1. PVC Socket Fittings: ASTM D 2467, Schedule 80. 2.2 PIPING JOINING MATERIALS A. Solvent Cements for Joining PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. 9 B. Plastic, Pipe-Flange Gasket, Bolts, and Nuts:Type and material recommended by piping system ) manufacturer unless otherwise indicated. 2.3 MANUAL VALVES A. Plastic Ball Valves: 1. Description: a. Standard: MSS SP-122. b. Pressure Rating: 150 psi. c. Body Material: PVC. d. Type: Union. e. End Connections: Socket or threaded. f. Port: Full. 2.4 AUTOMATIC CONTROL VALVES A. Plastic,Automatic Control Valves: 1. Description: Molded-plastic body, normally closed, diaphragm type with manual-flow adjustment, and operated by 24-V ac solenoid. PLANTING IRRIGATION 328400-2 1 f� fl DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl n 2.5 SPRINKLERS A. General Requirements: Designed for uniform coverage over entire spray area indicated at (` available water pressure. B. Plastic, Exposed, Impact-Drive Rotary Sprinklers: fl 1. Description: a. Construction:ABS and corrosion-resistant metals. b. Mounting: Aboveground,exposed on riser. 41 41 C. Plastic, Pop-up, Gear-Drive Rotary Sprinklers: 41 1. Description: a. Body Material:ABS. b. Nozzle:ABS. c. Retraction Spring: Stainless steel. d. Internal Parts: Corrosion resistant. 41 D. Plastic,Surface Spray Sprinklers: 1. Description: a. Body Material and Flange: ABS. I b. Pattern: Fixed,with flow adjustment. , E. Plastic,Surface, Pop-up Spray Sprinklers: 1. Description: a. Body Material and Flange:ABS. b. Pattern: Fixed,with flow adjustment. F. Plastic, Pop-up Spray Sprinklers: , 1. Description: a. Body Material:ABS. 41 b. Nozzle:ABS. t c. Retraction Spring: Stainless steel. , , PLANTING IRRIGATION 328400-3 I U 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX ® AUGUST-2019 0 d. Internal Parts: Corrosion resistant. 0 (') e. Pattern: Fixed, with flow adjustment. 2.6 CONTROLLERS 0 A. Use existing controller.Add additional expansion modules as needed. 0 2.7 BOXES FOR AUTOMATIC CONTROL VALVES Q A. Plastic Boxes: 0 1. Description: Box and cover, with open bottom and openings for piping; designed for installing flush with grade. a. Size:As required for valves and service. B. Drainage Backfill: Cleaned gravel or crushed stone, graded from 3/4 inch minimum to 2 inches . maximum. 110 PART 3-EXECUTION 3.1 EARTHWORK 11/ A. Excavating,trenching, and backfilling are specified in Section 312000 "Earth Moving." B. Provide minimum cover over top of underground piping according to the following: 1. Irrigation Main Piping: Minimum depth of 12 inches below finished grade. 2. Circuit Piping: 8 inches. 3. Sleeves: 12 inches. 111 3.2 PIPING INSTALLATION A. Location and Arrangement: Drawings indicate location and arrangement of piping systems. Install piping as indicated unless deviations are approved on Coordination Drawings. B. Install piping free of sags and bends. C. Install groups of pipes parallel to each other, spaced to permit valve servicing. g D. Install fittings for changes in direction and branch connections. E. Install underground thermoplastic piping according to ASTM D 2774 and ASTM F 690. F. Lay piping on solid subbase, uniformly sloped without humps or depressions. PLANTING IRRIGATION 328400-4 n 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 fl n G. Install PVC piping in dry weather when temperature is above 40 deg F. Allow joints to cure at rTh least 24 hours at temperatures above 40 deg F before testing. C 3.3 JOINT CONSTRUCTION A. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C B. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. C C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID.Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal C threading is specified. C 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or C damaged. Do not use pipe sections that have cracked or open welds. C D. PVC Piping Solvent-Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements. 2. PVC Pressure Piping: Join schedule number, ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other-than-schedule-number PVC pipe and �- socket fittings according to ASTM D 2855. 3.4 SPRINKLER INSTALLATION C A. Install sprinklers at manufacturer's recommended heights. c B. Locate part-circle sprinklers to maintain a minimum distance of 4 inches from walls and 2 inches from other boundaries unless otherwise indicated. 3.5 IDENTIFICATION 1 A. Identify system components. Comply with requirements for identification specified in Section 220553 "Identification for Plumbing Piping and Equipment." 1 B. Equipment Nameplates and Signs: Install engraved plastic-laminate equipment nameplates and signs on each automatic controller. 1. Text: In addition to identifying unit, distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. 1 i 1 PLANTING IRRIGATION 328400-5 / 1 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 3.6 FIELD QUALITY CONTROL 0 0 A. Perform tests and inspections. 0 B. Tests and Inspections: 1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 110 . 2. Operational Test: After electrical circuitry has been energized, operate controllers and automatic control valves to confirm proper system operation. 3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 110 C. Any irrigation product will be considered defective if it does not pass tests and inspections. 3.7 ADJUSTING A. Adjust settings of controllers. B. Adjust automatic control valves to provide flow rate at rated operating pressure required for each sprinkler circuit. ® C. Adjust sprinklers and devices, except those intended to be mounted aboveground, so they will be flush with,or not more than 1/2 inch above,finish grade. 3.8 PIPING SCHEDULE A. Install components having pressure rating equal to or greater than system operating pressure. B. Piping in control-valve boxes and aboveground may be joined with flanges or unions instead of joints indicated. C. Underground irrigation main piping,shall be the following: 1. Schedule 40, PVC pipe and socket fittings, and solvent-cemented joints. D. Circuit piping, shall be the following: ' 1. SDR 21, PVC, pressure-rated pipe; Schedule 40, PVC socket fittings; and solvent- cemented joints. END OF SECTION 328400 1 I I PLANTING IRRIGATION 328400-6 1 C fl DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 ( C SECTION 329113-SOIL PREPARATION C C PART 1-GENERAL C 1.1 SUMMARY C A. Section includes planting soils specified by composition of the mixes. 411 B. Related Requirements: 1. Section 311000"Site Clearing"for topsoil stripping and stockpiling. 1.2 PREINSTALLATION MEETINGS • A. Preinstallation Conference:Conduct conference at the Project Site. , 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. • I B. Samples: For each bulk-supplied material in sealed containers labeled with content, source, and date obtained; providing an accurate representation of composition, color, and texture. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent, state-operated, or university-operated I laboratory; experienced in soil science, soil testing, and plant nutrition; with the experience , and capability to conduct the testing indicated; and that specializes in types of tests to be performed. PART 2-PRODUCTS 2.1 PLANTING SOILS SPECIFIED BY COMPOSITION A. Topsoil—Viable planting soil on-site, if any, retained, and stockpiled or imported. , 1. Additional Properties of topsoil. Soil reaction of pH 6 to 7 and minimum of 2 percent organic-matter content, friable, and with sufficient structure to give good tilth and aeration. 411 Unacceptable Properties: Clean soil of the following: 41 a. Unacceptable Materials: Concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound,acid, and other extraneous materials that are harmful to plant growth. 41 I SOIL PREPARATION 329113- 1 t DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 b. Unsuitable Materials: Stones, roots, plants, sod, clay lumps, and pockets of coarse sand that exceed a combined maximum of 8 percent by dry weight of the 0 imported soil. • c. Large Materials: Stones, clods, roots, clay lumps, and pockets of coarse sand • exceeding 2 inches in any dimension. • B. Prepared Soil -soil with the following soil amendments in the following quantities to produce • planting soil: • a. Ratio of Loose Compost to Soil: 1:3 by volume. • • 2.2 ORGANIC SOIL AMENDMENTS A. Compost: Well-composted, stable, and weed-free organic matter • 1. Reaction: pH of 5.5 to 8. 2. Soluble-Salt Concentration: Less than 4 dS/m. 3. Moisture Content: 35 to 55 percent by weight. 4. Organic-Matter Content:50 to 60 percent of dry weight. r 5. Particle Size: Minimum of 98 percent passing through a 1-inch sieve. PART 3-EXECUTION p 3.1 GENERAL A. Place planting soil according to requirements in other Specification Sections. B. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine,tar, roofing compound, or acid has been deposited in planting soil. 3.2 PREPARATION OF ON-SITE TOPSOIL A. Excavation: Excavate soil from designated areas and stockpile. B. Unacceptable Materials: Clean soil of concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials that are harmful to plant growth. C. Unsuitable Materials: Clean soil to contain a maximum of 8 percent by dry weight of stones, roots, plants,sod, clay lumps, and pockets of coarse sand. D. Screening: Pass soil through a 2-inch sieve to remove large materials. SOIL PREPARATION 329113-2 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 ) 3.3 FIELD QUALITY CONTROL Cr-) A. Testing Agency: Owners Representative may engage a qualified testing agency to perform soil tests and inspections. 3.4 PROTECTION AND CLEANING f—s A. Protection Zone: Identify protection zones according to Section 015639 "Temporary Tree and Plant Protection." B. Protect areas of in-place soil from additional compaction, disturbance, and contamination. Prohibit the following practices within these areas except as required to perform planting operations: 1. Storage of construction materials, debris,or excavated material. 2. Parking vehicles or equipment. r^. 3. Vehicle traffic. 4. Foot traffic. C 5. Erection of sheds or structures. -. 6. Impoundment of water. 7. Excavation or other digging unless otherwise indicated. C. Remove surplus soil and waste material including excess subsoil, unsuitable materials, trash, and debris and legally dispose of them off Owner's property unless otherwise indicated. C 1. Dispose of excess subsoil and unsuitable materials on-site where directed by Owners Representative. END OF SECTION 329113 (`y I I I 1 I I SOIL PREPARATION 329113-3 I 1 • • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • • • • • • • • . • THIS PAGE LEFT INTENTIONALLY BLANK 110 110 11 0 1 SOIL PREPARATION 329113-4 n fl DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C SECTION 329200-TURF AND GRASSES C C PART 1-GENERAL C 1.1 SUMMARY A. Section Includes: 1. Seeding. 2. Sodding. 1.2 DEFINITIONS A. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and r-. molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. (` B. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. 1.3 PREINSTALLATION MEETINGS • A. Preinstallation Conference:Conduct conference at the Project Site. 1.4 INFORMATIONAL SUBMITTALS A. Certification of grass seed. , 1. Certification of each seed mixture for turfgrass sod. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful turf establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time , supervisor on Project site when work is in progress. 1.6 DELIVERY, STORAGE,AND HANDLING 111 A. Seed and Other Packaged Materials: Deliver packaged materials in original, unopened , containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws,as applicable. B. Sod: Harvest, deliver, store, and handle sod according to requirements in "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" TURF AND GRASSES 329300-1 I (-) C) DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 n sections in TPI's "Guideline Specifications to Turfgrass Sodding." Deliver sod within 24 hours of harvesting and in time for planting promptly. Protect sod from breakage and drying. C) PART 2-PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Rules for Testing Seeds" 0 for purity and germination tolerances. • B. Seed Species: . 1. Quality:State-certified seed of grass species as listed below for solar exposure. • 2. Quality: Seed of grass species as listed below for solar exposure, with not less than 85 r percent germination, not less than 95 percent pure seed, and not more than 0.5 percent weed seed: 2.2 TURFGRASS SOD A. Turfgrass Sod: Furnish viable sod of uniform density, color, and texture that is strongly rooted . and capable of vigorous growth and development when planted. 2.3 FERTILIZERS 110 A. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb 1000 sq. ft. of actual nitrogen, 4percent phosphorous, and 2 percent p / g p p potassium, by weight. B. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water-insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2.4 PESTICIDES A. General: Pesticide, registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. PART 3-EXECUTION 3.1 TURF AREA PREPARATION A. Reduce elevation of planting soil to allow for soil thickness of sod. TURF AND GRASSES 329300-2 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 B. Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. C. Before planting, obtain Landscape Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.2 SEEDING A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph. 1. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 2. Do not use wet seed or seed that is moldy or otherwise damaged. 3. Do not seed against existing trees. Limit extent of seed to outside edge of planting saucer. B. Rake seed lightly into top 1/8 inch of soil, roll lightly, and water with fine spray. C. Protect seeded areas with slopes not exceeding 1:5 by using an erosion control blanket. D. Protect seeded areas from hot, dry weather or drying winds by applying compost mulch within 24 hours after completing seeding operations. Soak areas, scatter mulch uniformly to a thickness of 3/16 inch, and roll surface smooth. 3.3 SODDING A. Lay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to soil or sod during installation. Tamp and roll lightly to ensure contact with soil, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. I 1. Lay sod across slopes exceeding 1:3. 2. Anchor sod on slopes exceeding 1:6 with wood pegs or steel staples spaced as recommended by sod manufacturer but not less than two anchors per sod strip to , prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 411 TURF AND GRASSES 329300-3 41 I 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 3.4 TURF MAINTENANCE 0 o A. General: Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. ( Provide materials and installation the same as those used in the original installation. B. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than one-third of grass height. Remove no more than one-third of O grass-leaf growth in initial or subsequent mowings. 0 3.5 SATISFACTORY TURF 110 A. Turf installations shall meet the following criteria as determined by Landscape Architect: 1. Satisfactory Seeded Turf: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq.ft. and bare spots not exceeding 5 by 5 inches. . 2. Satisfactory Sodded Turf: At end of maintenance period, a healthy, well-rooted, even- colored, viable turf has been established, free of weeds, open joints, bare areas, and surface irregularities. 110 B. Use specified materials to reestablish turf that does not comply with requirements, and continue maintenance until turf is satisfactory. 10 END OF SECTION 329200 11 11 1 1 TURF AND GRASSES 329300-4 1 • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 • S SECTION 329300-PLANTS S • PART 1-GENERAL 1.1 SUMMARY A. Section Includes: S i 1. Plants. 2. Tree-watering devices. 3. Landscape edgings. 111 I B. Related Requirements: 1. Section 320519"Geotextiles"for geotextiles for landscaping. I 1.2 DEFINITIONS • A. Backfill:The earth used to replace or the act of replacing earth in an excavation. B. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating IT a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant regulator, defoliant, or desiccant.Some sources classify herbicides separately from pesticides. IT C. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 329113 "Soil Preparation"for drawing designations for planting soils. C D. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. 1.3 PREINSTALLATION MEETINGS A. Pre-installation Conference: Conduct conference at the Project Site. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples of each type of mulch. 1.5 INFORMATIONAL SUBMITTALS A. Product certificates. , PLANTS 329300- 1 I 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX 0 AUGUST-2019 B. Sample warranty. 0 1.6 CLOSEOUT SUBMITTALS 0 A. Maintenance Data: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. 1.7 QUALITY ASSURANCE A. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. • . 1. Pesticide Applicator:State licensed, commercial. • B. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable • requirements in ANSI Z60.1. ID 1.8 DELIVERY, STORAGE,AND HANDLING • A. Deliver bare-root stock plants within 24 hours of digging. gging. Immediately after digging up bare- • root stock, pack root system in wet straw, hay, or other suitable material to keep root system moist until planting. Transport in covered, temperature-controlled vehicles, and keep plants cool and protected from sun and wind at all times. B. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from ® sun scald, drying,wind burn, sweating,whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. C. Handle planting stock by root ball. D. Store bulbs, corms, and tubers in a dry place at 60 to 65 deg F until planting. E. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. 1.9 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials,workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to,the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner. b. Structural failures including plantings falling or blowing over. PLANTS 329300-2 � n 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 C. 0 2. Warranty Periods: From date of Substantial Completion. C a. Trees,Shrubs,Vines,and Ornamental Grasses: 12 months. C b. Ground Covers, Biennials, Perennials, and Other Plants: 12 months. C C c. Annuals:Three months. PART 2-PRODUCTS C 2.1 PLANT MATERIAL A. General: Furnish nursery-grown plants true to genus, species, variety, cuitivar, stem form, shearing, and other features indicated in Plant List, Plant Schedule, or Plant Legend indicated on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well-shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. I B. Root-Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball, which begins at root flare according to ANSI Z60.1. Root flare shall be visible before planting. I C. Annuals and Biennials: Provide healthy, disease-free plants of species and variety shown or listed, with well-established root systems reaching to sides of the container to maintain a firm ball, but not with excessive root growth encircling the container. Provide only plants that are I acclimated to outdoor conditions before delivery. 2.2 FERTILIZERS • A. Planting Tablets: Tightly compressed chip-type, long-lasting, slow-release, commercial-grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. 1. Size: 10-gram tablets. , 2. Nutrient Composition: 20 percent nitrogen, 10 percent phosphorous, and 5 percent 41 potassium, by weight plus micronutrients. I 2.3 MULCHES A. Organic Mulch:Texas Cut Hardwood Mulch. B. Mineral Mulch: Crushed stone or gravel,Apache Gravel. 1. Size Range: 1/4 inch-1/2 inch minus fines. 2. Color: Readily available natural gravel color range. 1 C. Mineral Mulch: Crushed stone or gravel,Crushed Granite. PLANTS 329300-3 1 41 0 0 © DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 0 1. Size Range: 1/2 inch including fines. 0 2. Color: Readily available natural gravel color range. 2.4 WEED-CONTROL BARRIERS A. Nonwoven Geotextile Filter Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally encountered chemicals, . alkalis, and acids. r B. Composite Fabric: Woven, needle-punched polypropylene substrate bonded to a nonwoven • polypropylene fabric,4.8 oz./sq.yd. 110 2.5 PESTICIDES • A. General: Pesticide registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless . authorized in writing by authorities having jurisdiction. 2.6 LANDSCAPE EDGINGS A. Steel Edging: Standard commercial-steel edging, fabricated in sections of standard lengths, with loops stamped from or welded to face of sections to receive stakes. 1. Edging Size: 3/16 inch thick by 4 inches deep. 2. Finish: Black. B. Limestone Block Edging: Locally sourced limestone block edging, in sections of varied lengths to be able to be mortared in place. 1. Edging Size: 6 inches wide by 6 inches deep, length varies. 2. Finish: Limestone Dry Stack. PART 3-EXECUTION 3.1 PLANTING AREA ESTABLISHMENT A. General: Prepare planting area for soil placement and mix planting soil according to Section 329113 "Soil Preparation". B. Placing Planting Soil: Place and mix planting soil in-place over exposed subgrade. C. Before planting, obtain Landscape Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. PLANTS 329300-4 fl DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 3.2 EXCAVATION FOR TREES AND SHRUBS t A. Planting Pits and Trenches: Excavate circular planting pits. (` 1. Excavate planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are unacceptable.Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling.Scarify sides of planting pit smeared or smoothed during excavation. r� 2. Excavate approximately three times as wide as ball diameter. 3. Excavate at least 12 inches wider than root spread and deep enough to accommodate vertical roots for bare-root stock. 4. Do not excavate deeper than depth of the root ball, measured from the root flare to the �^ bottom of the root ball. B. Backfill Soil: Subsoil and topsoil removed from excavations may be used as backfill soil unless 411 otherwise indicated. . 3.3 TREE,SHRUB,AND VINE PLANTING 411 411 A. Inspection: At time of planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where 411 the top-most root emerges from the trunk. After soil removal to expose the root flare, verify that root ball still meets size requirements. B. Roots: Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; , do not break. . C. Set each plant plumb and in center of planting pit or trench with root flare 2 inch above adjacent finish grades. 1. Backfill: Planting soil,for trees, use excavated soil for backfill. 2. Balled and Burlapped Stock: After placing some backfill around root ball to stabilize 4111 plant, carefully cut and remove burlap, rope, and wire baskets from tops of root balls and from sides, but do not remove from under root balls. Remove pallets, if any, before setting. Do not use planting stock if root ball is cracked or broken before or during planting operation. I 3. Balled and Potted and Container-Grown Stock: Carefully remove root ball from container without damaging root ball or plant. 41 4. Fabric Bag-Grown Stock: Carefully remove root ball from fabric bag without damaging root ball or plant. Do not use planting stock if root ball is cracked or broken before or during planting operation. I PLANTS 329300-5 1 1 41 11/ • DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX • AUGUST-2019 5. Bare-Root Stock: Support stem of each plant and spread roots without tangling or • turning toward surface. Plumb before backfilling, and maintain plumb while working. • Carefully work backfill around roots by hand. Bring roots into close contact with the soil. O 6. Backfill around root ball in layers, tamping to settle soil and eliminate voids and air ID pockets. When planting pit is approximately one-half filled, water thoroughly before • placing remainder of backfill. Repeat watering until no more water is absorbed. • 7. Place planting tablets equally distributed around each planting pit when pit is • approximately one-half filled. Place tablets beside the root ball about 1 inch from root tips;do not place tablets in bottom of the hole. r a. Bare-Root Stock: Place tablets beside soil-covered roots; do not place tablets touching the roots. • • b. Quantity:Two per plant. r 8. Continue backfilling process. Water again after placing and tamping final layer of soil. D. Slopes: When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above • the surrounding soil.Apply enough soil to cover the downhill side of the root ball. 3.4 TREE,SHRUB,AND VINE PRUNING r A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune,thin,and shape trees, shrubs, and vines as directed by Landscape Architect. C. Prune,thin, and shape trees, shrubs,and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Landscape Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. D. Do not apply pruning paint to wounds. ! 3.5 GROUND COVER AND PLANT PLANTING r ' A. Set out and space ground cover and plants other than trees, shrubs, and vines as indicated on Drawings in even rows with triangular spacing. B. Use planting soil for backfill. C. Dig holes large enough to allow spreading of roots. D. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. E. Water thoroughly after planting,taking care not to cover plant crowns with wet soil. PLANTS 329300-6 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 (-` F. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. c. 3.6 PLANTING AREA MULCHING A. Install weed-control barriers before mulching according to manufacturer's written instructions. Completely cover area to be mulched, overlapping edges a minimum of 6 inches and secure seams with galvanized pins. B. Mulch backfilled surfaces of planting areas and other areas indicated. 1. Trees in Turf Areas: Apply mulch ring of 2-inch average thickness, with 36-inch radius around trunks or stems. Do not place mulch within 3 inches] of trunks or stems. 2. Organic Mulch and Mineral Mulch in Planting Areas: Apply 4-inchaverage thickness of organic mulch extending 12 inches beyond edge of individual planting pit or trench and over whole surface of planting area, and finish level with adjacent finish grades. 3.7 EDGING INSTALLATION A. Steel Edging: Install steel edging where indicated according to manufacturer's written • instructions. Anchor with steel stakes spaced approximately 30 inches apart, driven below top elevation of edging. B. Limestone Edging: Install limestone edging where indicated according to landscape architect's r detail. Mortar in place set 2 inches above finished grade. 3.8 INSTALLING SLOW-RELEASE WATERING DEVICE , A. Provide one device for each tree. 3.9 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, resetting to proper grades or vertical position, and performing other 4 operations as required to establish healthy, viable plantings. B. Fill in, as necessary, soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated pest management practices when possible to minimize use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps, and biological control agents. D. Apply pesticides and other chemical products and biological control agents according to authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner 1 before each application is performed. PLANTS 329300-7 ' 41 I 0 0 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX ® AUGUST-2019 0 E. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. F. At time of Substantial Completion, verify that tree-watering devices are in good working order (^) and leave them in place. Replace improperly functioning devices. 3.10 MAINTENANCE SERVICE CD A. Maintenance Service: Provide maintenance by skilled employees of landscape Installer. Maintain as required in "Plant Maintenance" Article. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established, but for not less than maintenance period below: 1. Maintenance Period for all Trees, Shrubs, Groundcovers, and other landscape materials . and plants: 12 months from date of planting completion Substantial Completion. END OF SECTION 329300 • 11) r I I I I I I I I I I I PLANTS 329300-8 c ARBORSYSTEM®PAVEMENT SUPPORT SYSTEM GreenBlue CSI Specification URBAN Establishing the future urban landscape DIVISION 32 90 00 PLANTING SECTION 32 94 00 PLANTING ACCESSORIES C SECTION 32 94 50 PAVEMENT SUPPORT SYSTEM C PART 1 GENERAL C 1.01 SUMMARY r^ A. Section includes: (~ 1. The supply and installation of the ARBORSYSTEM® PAVEMENT SUPPORT SYSTEM, related materials, (^ components and activities. 2. Other materials include, but are not limited to, aggregate for sub-base, geotextiie, soil modules, geogrid, root barriers, underground rootball anchoring, soil inspection portals, aeration/irrigation piping and surface inlets and planting soil. 3. All work is to be completed per the design requirements of the Consultant of record and to meet or exceed the manufacturer's design and installation requirements. B. Related Requirements: C 1. Drawings and general provisions of the Contract, General and Supplementary Conditions and Section 01 00 00- General Requirements, apply to this Section. Review these documents for coordination with additional requirements and information that apply to work under this Section. 2. Section 01 33 00 — Submittal Procedures: For administrative and procedural requirement for processing of submittals during the construction phase. 3. Section 01 77 00— Closeout Procedures: For administration and procedural requirements for completion of the Work 6. Section 32 14 00—Unit Paving 7. Section 32 84 00—Planting Irrigation , 8. Section 32 91 00—Planting Preparation • 9. Section 32 91 13—Planting Soil 10. Section 32 93 00—Plants 12. Section 33 41 16—Sub-drainage Piping 1.02 REFERENCES , A. Definitions: 1. AGGREGATE BASE COURSE: Aggregate material between the top deck of the ROOTSPACE® soil module system and the pavement surface above. It is designed to distribute loads across the top of the ROOTSPACE® soil module system. �• 3. AGGREGATE SUB-BASE COURSE: Aggregate material between the bottom of the ROOTSPACE®soil module i system and the compacted sub-grade below, designed to distribute loads from the ROOTSPACE® soil module system to the subgrade. 4. AERATION/IRRIGATION PIPING SYSTEM: A system of small perforated piping that is placed around the tree rootball,and within the soil module system and has inlets at finished grade.This system is used to provide a means , of getting air and water into the soil and rootzone, and a means of allowing organic gases, from the decay of organic matter within the soil, to escape. Manual or automatic irrigation can be incorporated into this system. ©GreenBlue Urban 2019 Page 1 of 12 I ( ) c; ARBORSYSTEM®PAVEMENT SUPPORT SYSTEM Green B'ue CSI Specification URBAN f Establishing the future urban landscape 5. BACKFILL: Clean, native excavated soil,free from organic matter, frozen materials,stones larger than 3"(75mm) (� in diameter, debris and other foreign substances. 0 6. COMPACTION:The method of mechanically increasing the density of soil. Soil compaction is measured using the Proctor Test(ASTM D1557-91). 7. CONSULTANT: The person or entity, (Landscape Architect,Architect, Civil Engineer) employed by the Owner to represent their interest in the review of the Work. Q 8. GEOTEXTILE /GEOFABRIC / FILTER FABRIC: A fabric composed of high tenacity polypropylene or polyester fibers which are woven into a network such that the fibers retain their relative position and is inert to biological degradation and resistant to naturally encountered chemicals, alkalis, and acids. Used for reinforcement of • granular pavement base. 9. GEOGRID: Net-shaped woven polyester fabric with PVC coating, uniaxial or biaxial geogrid, inert to biological • degradation, resistant to naturally occurring chemicals,alkalis, and acids; used to provide a stabilizing force within soil structure as the fill interlocks with the grid. Used for reinforcement of granular pavement base. • 10. GEOCOMPOSITE / GEOGRID WITH INTEGRATED NON-WOVEN GEOTEXTILE: High strength geogrid • comprised of stretched monolithic polypropylene flat bars with welded junctions and a mechanically bonded filter geotextile welded within the geogrid structure. Used for reinforcement of granular pavement base. • 11. FINISH GRADE: Elevation of the finished pavement or planting surface. . 12. NATIVE SOIL: Subsoils that are naturally present in a geographic area. Typically,these are naturally compacted, undisturbed soils. • 13. PLANTING SOIL: Soil as defined in Section 32 91 13 - Planting Soil, intended to fill the soil module system and other planting spaces. 14. REINFORCING COLLAR:A trench between the soil modules and surrounding soil,lined with geo-composite,filled with granular base course and compacted. 15. RIBBED ROOT BARRIER: Linear Ribbed root barrier with vertical integral root training ribs. 1111 16. ROOTBALL ANCHOR SYSTEM:A below grade system comprised of cables,spearhead or deadman anchors and web strap used for anchoring a rootball into the ground. 17. ROOT& MOISTURE BARRIER: Linear membrane to prevent root/moisture penetration into surrounding areas. 18. ROOTSPACE® SOIL MODULE: A plastic modular, pavement support system comprising of interlocking vertical uprights, infill panels and a top deck that allows for air movement above the soil profile. This system is designed to be filled with planting soil for tree rooting; bioretention soil for tree rooting and stormwater attenuation and pollutant removal;or left empty and used for stormwater infiltration,detention or retention. It is an engineered,load- ' bearing system that is designed to be used sub-surface under pedestrian and/or vehicle rated pavement surfaces. 19. SOIL INSPECTION PORT:A plastic pipe extending from the pavement surface down into the top of the soil module system. This port is used for the sampling and inspection- of the soil within the soil module system and can be used as a means adding nutrients to the soil. 20. SUB-GRADE: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill. 21. TREE PIT/TREE WELL: Excavated space filled with appropriate soil media for tree planting. 22. TREE PIT OPENING: The pavement opening within which a tree is planted. 23. WALKED-IN:A process for light compaction of soils by walking through the soil during and following placement. B. Reference Standards: 1. ASTM: Specifications of the American Society for Testing and Materials, current published standards. ©GreenBlue Urban 2019 Page 2 of 12 • • GreenBlue ARBORSYSTEM®PAVEMENT SUPPORT SYSTEM URBAN • 1P CSI Specification • Establishing the future urban landscape • 2. AASHTO:American Association of State Highway and Transportation Officials, current published standards. 3. ADA: Americans with Disabilities Act, current published standards. • 1.03 ADMINISTRATIVE REQUIREMENTS • A. Manufacturer 1. The Manufacturer shall be responsible for coordinating the delivery of the PAVEMENT SUPPORT SYSTEM to the • Contractor. The system includes all components necessary for the assembly of the PAVEMENT SUPPORT 11 SYSTEM as required per the Drawings. 2. The Manufacturer shall provide a minimum of 4 hours on-site training and support during the system installation. B. Contractor 1. The Contractor shall be responsible for preparing the site for the system installation including, but not limited to, excavation, temporary shoring, system installation, compaction, backfilling and all labor, tools and materials required. 2. The Contractor shall be responsible for preparing a schedule and coordinating work under this section with other trades and disciplines impacting this work. C. Testing Agency Services 1. Provide and pay for the services of an independent testing agency to perform the testing activities specified in this section.Testing agency shall be acceptable to Consultant. 2. Test work in accordance with specified standards. In the absence of a specified standard,comply with the relevant ASTM standard. 3. Test Reports: Testing agency shall prepare test reports for all tests performed. Submit copies of test reports to 41 Consultant immediately upon their becoming available. 1.04 SUBMITTALS A. Action Submittals: Provide submittals in accordance with Section 01 33 00 —Submittal Procedures. Submit these to the Consultant for review and acceptance not less than 21 days prior to start of installation of materials and products specified in this Section. 41 1. Product Data: For each type of product,submit manufacturer's product literature with technical data to demonstrate I that the product meets these specifications. 2. Test and Evaluation Reports: For soils and aggregates provide testing agency laboratory analysis. 3. Shop Drawings: Drawings shall show all information needed to fabricate, supply and install soil module system including aggregate sub-base, horizontal and vertical dimensions and elevations. 41 4. Qualification Data: Submit proof of qualifications of installer and installer's site supervisor. B. Substitutions: Manufacturers seeking approval of their products are required to comply with the Owner's Instructions to Bidders, generally contained in the Project Manual. If such instructions are not included in Division 00 or Division 01, submit requests as specified herein. 1. Submit proposed substitutions to the Consultant not less than 21 days prior to the date for receipt of Bids , C. Closeout Submittals: 1. Provide manufacturer's warranty documentation. ©GreenBlue Urban 2019 Page 3 of 12 1 1 ARBORSYSTEM°PAVEMENT GreenBlue SUPPORT SYSTEM CSI Specification URBAN Establishing the future urban landscape 1.05 QUALITY ASSURANCE A. Comply with applicable requirements of the laws, codes, ordinances and regulations of Federal, State and Local authorities having jurisdiction. Obtain necessary permits/approvals from these authorities. B. Manufacturer Qualifications 1. The PAVEMENT SUPPORT SYSTEM manufacturer must have at least 20 years' experience in the design, . manufacture and installation of PAVEMENT SUPPORT SYSTEMS. . 2. A manufacturer whose product is manufactured in an ISO/TS 16949 and ISO 9001 certified facility. . C. Materials: 1. All materials, methods of construction, and workmanship shall conform to applicable requirements of ASTM and AASHTO Standards, unless otherwise specified. . 2. The quality of material and the finished components shall be subject to inspection by the Consultant. Such inspection may be made on-site upon delivery or at any point thereafter. The components shall be subject to . rejection at any time if material fails to meet any of the specification requirements,even though sample components may have been accepted as satisfactory. Components rejected after delivery to the site shall be marked for identification and shall be removed from the site at once. B. Inspection: 1. All components shall be inspected for general appearance, dimensions, soundness, etc. • 2. Upon completion of relevant excavation work, and prior to placement of geotextile and aggregate, the sub-base soil shall be inspected by the Consultant or authorized representative and be signed off on by the Consultant as acceptable and meeting manufacturer's recommendations. 3. Upon completion of the placement of the ARBORSYSTEM®PAVEMENT SUPPORT SYSTEM(as specified)and geotextile, and prior to backfilling, the structure shall be inspected by Specifying Engineer or authorized representative and signed off on by the Consultant as acceptable and meeting manufacturer's recommendations, IP C. Defects 10 1. Products with structural defects shall be immediately removed and replaced with acceptable parts. The Specifying Engineer, before final acceptance,shall carefully inspect repairs/replacements. 1.06 DELIVERY,STORAGE&HANDLING A. Components shall be unloaded, handled and stored in an area protected from traffic and in a manner to prevent damage. Inspect materials to ensure that specified materials have been received. 111 B. Store units to avoid damage from other construction activities. C. Store components on pallets,with pallet wrap intact until required for installation. D. Protect geogrids and geofabrics from physical damage and from temperatures in excess of 150°F (65°C). Do not expose geogrids and geofabrics to direct sunlight for more than 7 days. 1.07 SITE CONDITIONS 1 A. Do not proceed with installation when subgrades, soils and planting soils are in a wet, muddy or frozen condition. B. Before commencing work on site examine available documentation pertaining to site and determine nature and location of above ground and underground utilities. C. Before proceeding with full scale excavation work, confirm nature of existing soil conditions and drainage characteristics. ©GreenBlue Urban 2019 Page 4 of 12 p Bl eGreen � ARBORSYSTEM°PAVEMENT SUPPORT SYSTEMURBAN CSI Specification Establishing the future urban landscape D. Abandoned utilities encountered during excavation shall be removed and their ends plugged. E. Active utilities encountered during excavation and not indicated in Contract Documents shall be reported immediately to Consultant and utility owner who shall determine measures necessary to repair, relocate or remove utility. 1.08 WARRANTY A. Provide manufacturer's standard warranty against defects in materials and workmanship. 1. Products will be free from defects in components and workmanship for a period of thirty (30) years from date of manufacture. PART 2 MATERIALS 2.01 DESCRIPTION A. The ARBORSYSTEM® PAVEMENT SUPPORT SYSTEM is designed specifically for the purpose of providing uncompacted soil for healthy tree growth and/or stormwater management(bioretention)under load-bearing pavement surfaces. B. The ARBORSYSTEM® PAVEMENT SUPPORT SYSTEM shall have the flexibly to be assembled around existing structures, utilities and in tight constraints, specific to the site requirements and achieve the required soil and/or stormwater volume. The system shall be easily disassembled and reassembled to allow for utility repair within and below the system. C. The ARBORSYSTEM® PAVEMENT SUPPORT SYSTEM is a complete system that includes but is not limited to the following integral components: ROOTSPACE® SOIL MODULES, geogrid/geofabric, aeration/irrigation piping, fittings and surface inlets, root management products, underground rootball anchoring system and inspection portals. 2.02 COMPONENTS A. ROOTSPACE°SOIL MODULES/PAVEMENT SUPPORT SYSTEM 1. The SOIL MODULES shall be manufactured to the following specifications: a. The components shall be manufactured using 100% Recycled Plastic. b. The soil modules shall be offered in a range of heights and shall be stackable to reduce the installation footprint. c. Uprights: Injection molded, polypropylene or polyethylene,with nominal dimensions as follows, 1. 16"/400mm SOIL MODULE: 20"x 16" x 4" (500 x 400 x 100 mm)or, 2. 24"/600mm SOIL MODULE: 20"x 24"x 4" (500 x 600 x 100 mm). d. AirFlow QR (Quick Release) Top Deck: Injection molded, polypropylene or polyethylene deck with nominal dimensions as follows, 1. The top deck shall be designed to provide a 3" aeration layer above the planting soil within the SOIL MODULE. 2. 20"x20"x3" (500x500x75mm). e. Infill Panel: Injection molded, polypropylene or polyethylene with nominal dimensions as follows, 1. 16"/400mm SOIL MODULE: 13"x 13"x 1.5"(330 x 330 x 38 mm) or, , 2. 24"/600mm SOIL MODULE: 13"x 20.5"x 1.5"(330 x 520 x 38 mm). I © , GreenBlue Urban 2019 Page 5 of 12 t I [i ARBORSYSTEM®PAVEMENT Green Blue SUPPORT SYSTEM CSI Specification URBAN Establishing the future urban landscape f. Interlocking uprights and decks are assembled on-site to create modules which can be uniformly stacked in 0 height, not to exceed 10'in height(per project design). g. The soil module system shall have the ability to be assembled as a complete, interlocked unit or as independent modules. o h. Assembled system must have greater than 95% void space and be continuously open in both length and width. i. The assembled system shall capable of supporting vehicle loads in accordance with AASHTO H-20/HS-20, (� when used in conjunction with approved sub-base and pavement profiles. 0 j. Assembled system must have a minimum structural capacity of 44 psi/300 kPa. 0 k. Interlocking infill panels shall be installed per engineering requirements, where additional lateral strength is 3 required. 3 I. The system can be installed at slopes of 5% without reducing the load capacity. For slopes over 5%, and below 10%, refer to manufacturers load capacity guidelines. m. The system shall have the capability of accommodating utilities up to 16"(400 mm)within the system.Subject 110 to site and engineering requirements. 110 2. Products meeting this specification: a. RootSpace®400 Pavement Support System (GreenBlue Urban/ 1-866-282-2743/www.oreenblue.com) 11, b. RootSpace®600 Pavement Support System (GreenBlue Urban/1-866-282-2743/www.greenblue.com) • 2.03 RELATED PRODUCTS A. RIBBED ROOT BARRIER 1. The RIBBED ROOT BARRIER is designed to redirect tree roots down and away from pavement surfaces.RIBBED ROOT BARRIER shall be manufactured to meet the following requirements: a. Material shall be 100%recycled plastic. IP b. Minimum Thickness:0.04" (1.00 mm). c. Form: Linear rolls with integral vertical ribs. d. Depth:24"at each street tree, and 40"where tree is adjacent to water line, as required per plan detail. e. Length: 100' (30 m) f. Color: Black g. Seams shall be overlapped 8"(200 mm)and sealed on both sides with joint tape. 2. Products meeting this specification: a. ReRootTM Ribbed Root Barrier(GreenBlue Urban/1-866-282-2743/www.greenblue.com) B. PRE-FORMED RIBBED ROOT BARRIER 1. The PRE-FORMED RIBBED ROOT BARRIER is designed for standalone trees in paved areas. PRE-FORMED RIBBED ROOT BARRIER shall be manufactured to meet the following requirements: a. Material shall be 100%recycled plastic. b. Dimensions: Per plan requirements. ©GreenBlue Urban 2019 Page 6 of 12 111 GreenBlues ARBORSYSTEM®PAVEMENT SUPPORT SYSTEM URBAN CSI Specification Establishing the future urban landscape c. Form: Pre-formed square or circle with integral vertical ribs. • d. Color: Black 2. Products meeting this specification: a. RootDirectorTM Pre-formed Ribbed Root Barrier(GreenBlue Urban/1-866-282-2743/www.oreenblue.com) C. ROOT&MOISTURE BARRIER Th 1. The ROOT&MOISTURE BARRIER is designed to protecting building foundations and underground utilities from tree root growth and moisture intrusion. ROOT & MOISTURE BARRIER shall be manufactured to meet the r~\ following requirements: a. Material shall be 100%recycled plastic. b. Minimum Thickness:0.04"(1.00 mm). c. Form: Linear rolls. d. Depth: 24"at each street tree, and 40"where tree is adjacent to water line, as required per plan detail. C e. Length: 100' (30 m) f. Color: Black g. Seams shall be overlapped 8"(200 mm)and sealed on both sides with joint tape. 2. Products meeting this specification: C a. RootStopTM Root&Moisture Barrier(GreenBlue Urban/ 1-866-282-2743/www.greenblue.com) D. AERATION/IRRIGATION SYSTEM 1. The AERATION/IRRIGATION SYSTEM is designed to provide a means of getting air and water into the soil and rootzone, and a means of allowing organic gases, from the decay of organic matter within the soil, to escape. AERATION/IRRIGATION SYSTEM components shall be manufactured to meet the following requirements: C a. Aeration/Irrigation Pipe C 1. Material shall be 100% recycled plastic. 2. Diameter:4", as required per plan detail. C 3. Form: Slit perforated pipe in rolls. 4. Connectors: Molded connectors to effect proper jointing. 5. Length: 100' (30 m) 6. Color: Black b. Aeration/Irrigation Inlet 1. Body: Plastic 2. Grate: Cast aluminum/Bronze a. Grate walking surface shall meet ADA requirements. 2. Products meeting this specification: , ©GreenBlue Urban 2019 Page 7 of 12 I I • c • ARBORSYSTEM®P EME GreenBlue AV NT SUPPORT SYSTEM CSI Specification URBAN . Establishing the future urban landscape S . a. RootRainTM Pipe& Fittings, ArborVent, Precinct, Civic, Urban (GreenBlue Urban/1-866-282-2743/www.greenblue.com) 110 D. SOIL INSPECTION PORTAL ® 1. The SOIL INSPECTION PORTAL is a port designed to allow for the sampling and inspection of the soil within the PAVEMENT SUPPORT SYSTEM and can be used as a means adding nutrients to the soil. SOIL INSPECTION PORTAL components shall be manufactured to meet the following requirements: ® a. Material shall be polyvinyl chloride(PVC)pipe. b. Diameter: 3", as required per plan detail. c. Cap: Flush cap installed flush with pavement surface. 2. Products meeting this specification: • a. ArborSystem®Inspection Portal(GreenBlue Urban/1-866-282-2743/www.greenblue.com) • E. GEOGRID WITH INTEGRATED NON-WOVEN GEOTEXTILE: 1. The GEOGRID WITH INTEGRATED NON-WOVEN GEOTEXTILE is a high strength geogrid comprised of stretched monolithic polypropylene flat bars with welded junctions and a mechanically bonded filter geotextile welded within the geogrid structure. It is used for reinforcement of granular pavement base. GEOGRID WITH 1 INTEGRATED NON-WOVEN GEOTEXTILE shall be manufactured to meet the following requirements: a. GeoGrid Physical Properties: Property Units Value Mass per unit area g/m3 250 Max tensile strength (machine direction/cross machine direction) kN/m >_40/z 40 Elongation at nominal strength /<_8 (machine direction/cross machine direction) b. Geotextile Properties Property Units Value Mass per unit area g/m3 150 Max tensile strength (machine direction/cross machine direction) kN/m 7.5/11 Elongation at nominal strength 1 % 40/30(machine direction/cross machine direction) Puncture Force(x-s) N 1,670 1 Opening size mm 0.13 Water Permeability—flow rate H50 I/sm2 110 1 2. Products meeting this specification: 1 a. CombiGrid (GreenBlue Urban/1-866-282-2743/www.greenblue.com) F. ROOTBALL ANCHORING SYSTEM ©GreenBlue Urban 2019 Page 8 of 12 F GreenBlue ARBORSYSTEM®PAVEMENT SUPPORT SYSTEM URBAN CSI Specification Establishing the future urban landscape 1. The ROOTBALL ANCHORING SYSTEM is a below grade system comprised of cables, spearhead, deadman or plate anchors and web strap used for anchoring a rootball into the ground. ROOTBALL ANCHORING SYSTEM (� shall be manufactured to meet the following requirements: I a. Material shall be as follows: stainless or galvanized steel cables, biodegradable web strapping, and plated steel tensioner b. Anchorhead Type/Material: Deadman 2. Products meeting this specification: a. ArborGuy®Rootball Anchoring System (GreenBlue Urban/1-866-282-2743/www.creenblue.com) 2.04 OTHER RELATED MATERIALS A. AGGREGATE 1. Coarse aggregate shall meet the following requirements: a. Aggregate shall be 100%crushed material. b. All aggregate shall be clean and thoroughly washed. 2. Unless otherwise approved by Specifying Engineer, coarse aggregate for the PAVEMENT SUPPORT SYSTEM shall be uniformly graded as defined below: , a. %"—1"angular clean stone(AASHTO#56, 57,6, 67, 68) 3. Sand shall not be an acceptable substitute for coarse aggregate. B. FILLER SOIL 1. As specified in Section 32 91 13. 41 C. BACKFILL SOIL , 1. Clean, native excavated soil, free from organic matter,frozen materials, stones larger than 3" (75mm)in diameter, , debris and other foreign substances. , D. SUB-DRAINAGE PIPING 1. As specified in Section 33 41 16. PART 3 EXECUTION , 3.01 GENERAL CONDITIONS A. Coordinate the installation with the product manufacturer, as specified in Section 1.03, to have the manufacturer on- site during product installation. B. Locate underground utilities before proceeding with excavation. C. Review manufacturer's installation procedures and coordinate ARBORSYSTEM®installation with other work affected, such as grading,excavation, utilities, construction access, erosion control, etc. D. Cold weather installation or assembly of modules should not be undertaken when temperatures are below 40°F(4.44° C). E. Tree Pit Layout: Layout tree pit locations and dimensions using string lines, survey pegs and marking paint. Obtain Consultant's approval of layout before proceeding with excavation. ©GreenBlue Urban 2019 Page 9 of 12 , 4 4 n fl ® GreenBlue ARBORSYSTEM®PAVEMENT SUPPORT SYSTEM CSI Specification URBAN Establishing the future urban landscape F. Tree Pit Depths: Confirm excavation depths with reference to finished pavement elevations. Allow for granular base course layer and, where applicable, drainage layer. . G. Assembled modules may be walked on, but vehicular traffic is prohibited until properly backfilled and covered per Manufacturer's recommendations. Protect personnel and the installation against damage with highly visible construction tape, fencing,or other means until construction is complete. 10 3.02 EXCAVATION BELOW GRADE A. Excavation required for the installation of all pipes and structures shall be made to the depths and widths indicated on . the Drawings(a minimum of 12"(300 mm)beyond all sides of the ARBORSYSTEM®for proper backfill).The Contractor shall ensure that the bottom of the excavation is firm and dry and, in all respects, acceptable to the Consultant. . B. All objectionable material encountered within the limits indicated shall be removed and disposed of by the Contractor. C. In excavation faces,all loose or protruding rocks shall be secured or otherwise removed to finished grade.All cut slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings or as directed by the Consultant or authorized representative. D. Furnish, install, monitor and maintain excavation support (e.g., shoring, sheeting, bracing, trench boxes, etc.) as required by Federal, State and Local Laws, Ordinances, Regulations and Safety Requirements. Support the sides of excavation, to prevent any movement which could in any way reduce the width of the excavation below that necessary for proper construction and protect adjacent structures from undermining, settlement or other damage. 3.03 SUB-GRADE PREPARATION AND GRADING A. Sub-grade shall be unfrozen, level, and free of lumps or debris with no standing water,mud or muck. Do not use frozen materials or materials mixed or coated with ice or frost. A minimum 2,000 pounds per square foot bearing capacity is required. B. If Contractor fails to maintain the sub-grade properly,the Contractor shall remove the unsuitable material. If the bottom of any portion of the excavation is removed below the limits shown on the Drawings, it shall be restored per the Consultant to the elevation shown in the Drawings. Compacted native earthen fill is not acceptable. C. If in the opinion of Consultant or authorized representative, the sub-grade, at or below the normal grade of the excavation as indicated on the Drawings, is unsuitable for construction; it shall be removed to such depth and width as the Consultant may direct and be replaced with suitable material as directed by the Consultant or authorized representative. 3.04 SUB-DRAINAGE PIPING INSTALLATION A. Install sub-drainage piping as per drawings. B. Typically installed in the base layer. 3.05 SUB-BASE PREPARATION A. Install leveling bed,4"(100 mm)of 3/4"(19 mm)angular crushed stone,across the footprint of the structure. Stone shall be rolled, or plate compacted to provide a flat surface; free from lumps, debris or any other sharp materials. Base may have up to a 5%slope. B. Base shall be compacted to 95% Proctor Density minimum,or as specified by the Consultant. C. Dependent on the geotechnical report, the Consultant or authorized representative may require that a reinforcement geogrid fabric be placed within the base layer. If required, the geogrid fabric shall have placed on top of 2"(50 mm)of aggregate and covered with 2"(50 mm)of aggregate. Overlap geogrid a minimum 12"(300 mm)or as recommended by manufacturer. 3.06 INSTALLATION OF THE PAVEMENT SUPPORT SYSTEM A. Installation procedure, as follows, shall be followed by the Contractor. The Contractor shall also reference the Manufacturer's Installation Guidelines, and where any discrepancy exists the Consultant reserves the right to contact P ©GreenBlue Urban 2019 Page 10 of 12 ARBORSYSTEM®PAVEMENT SUPPORT SYSTEM GreenBlue CSI Specification URBAN Establishing the future urban landscape the Manufacturer's Representative prior to continuation. Installation constitutes acceptance of existing conditions and responsibility for satisfactory performance. B. Utilize a soluble paint, chalk or string to outline the footprint of the ROOTSPACE®SOIL MODULE SYSTEM. Prior to C the installation of soil module panels, confirm tree pit dimensions and mark location of trees. Rectify discrepancies and errors. Ensure squareness prior to module placement. D. Install ROOTSPACE®soil module panels in strict accordance with manufacturer's written instructions and installation diagrams. Prior to placement, check each soil module panel for damage. Reject cracked, chipped and otherwise damaged modules. Ensure that panels in contact with granular base course are firmly seated,with no rocking. Ensure that panels are mechanically interconnected both horizontally and, in multiple layers,vertically. 1, C. Upon completion of the ROOTSPACE®SOIL MODULE SYSTEM,wrap the sides of the system with root and moisture 41 barrier,or geogrid/fabric to prevent material migration into the soil module system.Take great care to avoid damage to the root and moisture or geogrid/fabric barrier during placement. If damage occurs, repair that portion per manufacturer specifications. , 3.07 UTILITIES WITHIN SOIL MODULE SYSTEM , A. Utilities within the ROOTSPACE® soil module system should meet specifications as required by utility company's i standards.This may require special treatments, barriers and details to achieve this. 3.08 SOIL FILLING A. Obtain Consultant's approval prior to filling the soil modules with filler soil. Install filler soil after soil modules are fully assembled and piping systems and barriers are in place. B. Except as shown otherwise on Drawings completely fill all void spaces with filler soil. Place filler soil using an excavator bucket and spread with rakes or shovels C. Keep outer trench free of filler soil. C D. Soil can be compacted in lifts of 8"to 12" during placement and compacted by walking over layers or utilizing a hand- C held roller designed specifically for this use. Note:the top panel is also an aeration deck allowing soil to be filled to top of upright panels. 3.09 AERATION/IRRIGATION AND INSPECTION PIPING A. Lateral Aeration/Irrigation Piping: Install piping within toplayer of soil modulepanels in a complete connected circuit, 9 p� 9� p�P 9 Y P within 12"of outer edge of matrix. Fit junctions and risers at maximum spacing of 12'. C. B. Vertical Inspection Piping: Place vertical piping within central opening of soil module top panel. C C. Trim vertical pipes to 6"above finished pavement and support in vertical position by temporary staking. Seal open ends of pipes. 3.10 ROOT BARRIERS AND ROOT AND MOISTURE BARRIERS C A. Install ribbed root barriers and root and moisture barriers as shown on Drawings, ribs facing inwards. Overlap barrier (` joints 8" and tape both sides of joint.Top edge of barriers shall be level with adjacent construction. Ensure that earth surfaces in contact with barriers are flat and free of sharp debris and stones to avoid puncturing barriers. 3.11 BACKFILLING , A. Place backfill materials around the perimeter in lifts with a maximum thickness of 12". Each lift shall be placed around , the entire perimeter such that each lift is no more than 24"higher than the side backfill along any other location on the perimeter of the PAVEMENT SUPPORT SYSTEM. No fill shall be placed over top of modules until the side backfill has been completed. B. Each lift shall be compacted at the specified moisture content to a minimum of 95% of the Standard Proctor Density until no further densification is observed (for self-compacting stone materials). The side lifts must be compacted with , ©GreenBlue Urban 2019 Page 11 of 12 t f ) GreenBlue ARBORSYSTEM®PAVEMENT SUPPORT SYSTEM CSI Specification URBAN Establishing the future urban landscape walk behind compaction equipment. Even when "self-compacting" backfill materials are selected; a walk behind vibratory compactor must be used. C. Take care to ensure that the compaction process does not allow the machinery to come into contact with the PAVEMENT SUPPORT SYSTEM due to the potential for damage to the root and moisture barrier or geogrid/fabric and PAVEMENT SUPPORT SYSTEM. 0 D. Continue backfilling the perimeter until it is backfilled within 12"of the top of the PAVEMENT SUPPORT SYSTEM. 3.12 INSTALLATION OF GEOCOMPOSITE • A. Install the geogrid with integrated non-woven geotextile on top of the PAVEMENT SUPPORT SYSTEM allowing it to . extend 12" vertical down the sides of the PAVEMENT SUPPORT SYSTEM, and 12" horizontal away from the PAVEMENT SUPPORT SYSTEM. Overlap geogrid with integrated non-woven geotextile a minimum 8". 3.13 AGGREGATE BASE COURSE FOR PAVEMENT A. Continue backfilling perimeter and top of PAVEMENT SUPPORT SYSTEM in 6" lifts, until specified depth is reached. Each lift shall be compacted at the specified moisture content to a minimum of 95% of the Standard Proctor Density. • B. Only low-pressure tire or track vehicles shall be operated over the PAVEMENT SUPPORT SYSTEM during construction. No machinery should drive on top of the PAVEMENT SUPPORT SYSTEM until a minimum backfill and compaction is achieved. Dump trucks and heavy equipment shall not be operated within the PAVEMENT SUPPORT 111 SYSTEM footprint at any time. Where necessary the heavy equipment should unload in an area adjacent to the PAVEMENT SUPPORT SYSTEM and the material should be moved over the system with low-pressure equipment. C. Ensure that all unrelated construction traffic is kept away from the limits of excavation until the project is complete and final surface materials are in place. No non-installation related loading should be allowed over the PAVEMENT SUPPORT SYSTEM until the final design section has been constructed (including pavement). D. Place surfacing or paving materials over the PAVEMENT SUPPORT SYSTEM with care to avoid displacement of cover fill and damage to surrounding areas. ' 3.14 SITE QUALITY CONTROL A. Compaction Tests:Testing agency shall perform compaction testing on sub-grade and on each layer of fill to determine compliance with specified compaction. Determine method and frequency of testing in consultation with Consultant. 3.15 TREE PIT OPENINGS A. Confirm exact location of treepit openings.Cut geocomposite layer and fold back to expose opening. Position perimeter 9 P Y P P 9� formwork. B. Line opening with ribbed root barrier with ribs facing inward. Extend ribbed root barrier down to top of soil modules and up to level of finished pavement. Lap root barrier joints 8"(200mm)and tape both sides of joint. 3.16 INSTALLATION OF CONCRETE CURBS AT TREE OPENINGS A. Place concrete curbs along planting areas and tree pit openings as shown on the Drawings to retain the aggregate base course from migrating into the planting soil. 3.17 CLEANING&PROTECTION A. Perform cleaning during the installation of work and upon completion of the work. Remove from site all excess materials, debris, and equipment. Repair any damage to adjacent materials and surfaces resulting from installation of this work. 3.18 CLOSEOUT ACTIVITIES A. Provide manufacturer's warranty. END OF SECTION 32 94 50 ©GreenBlue Urban 2019 Page 12 of 12 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX `l AUGUST-2019 C C 41 I i I PLANS, DETAILS AND NOTES 02000 1 1 DOWNTOWN ROUND ROCK STREETSCAPE IMPROVEMENTS ROUND ROCK,TX AUGUST-2019 If applicable, insert reference(s) to project plans; details; and notes • Plan sets available at: https://www.roundrocktexas.gov/businesses/solicitations/ • • • • S • r I I p p p p 0 p S i S i • • S 41 41 I i I I I I I I a a a a a 4 4 4 4 4 I 4 I I I I 4 I I AMENDED BID TAB PROJECT NAME: Downtown Round Rock Streetscape Improvements W• studio 16:1c) PROJECT LOCATION: Round Rock,TX nzocl • OWNER: City of Round Rock-Transportation ��••?09B•• •P � DATE: September 2019 -J►f� OF BASE BID 43ftyattConstruction Patin Construction yyLE lte�rr f rlptton rrinti _. w►itarE _._ .. _-_-_ ..., Unk pace Atria bTd +! ,` iJ t Yurtft.;Ptiaoe unit P,ice Arnow* unk Pctae Aenawrt 000.00 $ 160'600,. $ 55,000.00 $ 55, E 1 Mobilization/General Conditions- 160, 1.01 $ 000.00 $ ,517,28 $ 30,517:28 complete in place per plan. E ow Traffic Control Plan Implementation- $ SS,DQO. 55,000.00 $ 10,000.00 $ 10,000.00 A9GWr 19 97.46 $ 19,897.46 1.02 1 LS i complete in place. LF Tree Protection Fencing- $ 2.48 $ 1,235.04 $ 3.50 $ 1,743.00 $ 16,6 $ 8,311.62 103 498 ( complete in place per plans. Inlet Protection- "'$2,50 247.50 100.00 $ 300.00 629.49 1.04 3 EA complete in place per plans. Unclassified Excavation/Site Grading/Embankment- $ 150,000,00 $ 150d�0,D0 $ 195,000.00 $ 195 000 $ 22,349.45 ` , QA $ 72,349.45 including LOC prep,clearing,demo and haul off,removal 1.05 1 LS of P.C.concrete subgrade prep,grading,etc.,complete in place per plans. I Demolition and Haul Off- $ 168,000.00 $ 168,0WX $ 195,000.00 $ 195,DO0.D0 $ 36,956.82 $ 36,956.82 1.06 1 LS ' complete In place per plans. - ;Plane Asph Conc 1-1/2"1TxDOT 354) $ 28,2s $ 306,625 5Q $ 11.00 $ 119,394.00 # $ 11.26 r 122,216.04 1.07 10,854 SY :complete in place per plans. :D-GR HMA TY D PG 70-22(1-1/2"Level Up)(TxDOT 341) $ 115.00 $ 102,465.00 $ 315.00 $ 280,665.00 $ 38667 $ 344,522.97 1.08 891 { TON ;complete in place per plans. E i D•GR HMA IS01 TY B PG 64-22(TxDOT 340) $ 115.00 $ 143,750,00 $ 290.00 $ 362,500.00 $ 68 $ 383,350.00 1.09 , 1,250 ( TON :complete in place per plans. € 'REFL PAV MRK TY 1(4"1 IS1 D1(W)MDOT 6661 12,113,31 $ 2.00 $ 6,674.00 $ 1.20 $ 4,004.40 1.1 3,337 i LF :complete in place per plans. - :REFL PAV MRK TY 114")(SLD)(Y)MOOT 666) $ 163 $ 5,953,20 $ 2.00 $ 3,280.00 1.2Q' $ 1,96$.00 1.11 1,640 LF :complete in place per plans. ;REFL PAV MRK TY I(81(SLD)(W)(TxDOT 666) $ 7,16 $ 1,742.40 $ 4.00 $ 960.00 $ 288,00 1.12 240 ! LF :complete in place per plans. IREFL PAV MRK TY I(8")ISLD)(Y)(TxDOT 666) 8"$ 2,439.36 $ 4.00 $ 1,344.00 $ 1.20 $ 4b3.2Q 1.13 336 LF ;complete in place per plans. REFL PAV MRK TY 1112")(SLID)(W)(TxDOT 666) $ 12.10 $ 7,199.50 $ 5.25 $ 3,123.75 $ 1.47 $ 874.65 1.14 595 LF 1complete in place per plans. )REFL PAV MRK TY 1(241(SLID)(W)ITxDOT 6661 $ 13,10 $ 2,238.50 $ 12.00 $ 2,220.00 $ 2.20 $ 407.00 1.15 185 LF complete in place per plans. IREFL PAV MRK TY I(ARROW)IWI 17x007 6661 MOO $ 726.470 $ 250.00 $ ;. 50.00 $ 91,4 $' 274;41 1.16 3 EA complete in place per plans. IREFL PAV MRK TY I IWORD)(W)(TxDOT 666) $ 423.50 $ 3,388,00 $ 340.00 $ 2,720.00 'iRPFW 1114.00 $ 912.00 1.17 8 EA complete in place per plans. I IREFL PAV MRK TY VC(TxDOT 672) $ 18.15 $ 181,50 $ 12.00 $ 120.00 $ 5.34 $ 53,40` 10 ; EA complete in place per plans. (REFL PAV MRK TY II-A-A(7x007 672) $ 18,15 $ 980.10 $ 12.00 $ 648.00 3,80 $ 205,20 1.19 54 EA Ccomplete in place per plans. 1 I I Green Blue Urban Root Space System- $ 44.22 $ 77,650.32 $ 65.00 $ 114 140.00 $ 64.15 112,647.4() 1.2 j 1,756 SF { including coordination,materials and aggregates, i tE complete in place per plans and specifications. l ' 4"Perforated Pipe and Storm Drain Tie-In- $ 10.00 $ 3,780.00 $ 45.00 $ 17,01D,Q0 $ 12,$9 $ 4,683,42 1.21 378 LF complete in place per plans. 1 BASE BID ...... .... G wim Cotlstr x"M Patin Construction by : .. Ar 61t3 ttxstf a� 4 unit tt�ctn> p ?QCP 6"Cheek Wali.including coordination $ 30 Q0 $ 3,630.00 $ 1,500.00 $ 181,500.00 t $ g39 . 1.22 ? 121 LF complete in place per plans. .. i 3QCP 12"Seat Wail,including coordination 48.00 1,500.00 $ 49,000.00 50 $ 7,095.00 1.23 i 66 LF complete in place per plans. €QCP 12"Wood Topped Seat Wall.including $S,f81 $ 10,208.00 $ 1,500.00 $ 264,000.00 64,84 $ 29,01184` 1.24 176 LF ;coordination,wood,complete in place per plans. i 'Bison IP Pedestal and Wood Tile Svstem including $ 52.00 $ 324,324,00 $ 57.00 $ 355,509.00 $ $ 272,120.31 i coordination,materials,and ramps,complete in place per 1.25 6,237 SF 1 . i plans. IConcrete5teps $ 2,500.00 $ 2,500.00 $ 3,500.00 $ 3,500.00 881 $ 2,256.81 1.26 1 LS ?complete in place per plans and detail. s Handrail $ 40.00 $ 7,7 .00 $ 12 20 5.00 $ 24125.00. M87 17,27736 1.27 193 LF �compiete in place per plans and detail """"'"''NDS Trench Drain Channel and Decorative Grate- $ 25A0 $ 9,850.00 $ 100.00 $ 39,400.00 $ 5 ,588.78 1.28 3 394 LF complete in place per plans. Trench Safety $ 2.00 $ 788.00 $ 5.00 $ 1,970.00 $ 10,77 $ 4,243.38 1.29 394 LF complete In place per plans. i P.C.Concrete Sidewalk(4"Thick)- $ = $.00 $ 20,180.00 $ 7.00 $ 28,252.00' 6,04 $ 24,377.44 1.30 4,036 SF complete in place per plans. P.C.Concrete Turndown Curb at Sidewalk- 3:00 $ 2,760.00 $ 15.00 $ 1,800.00 7,20 $ 864,00 1.31 120 LF complete in place per plans. - P.C.Concrete Curb and Gutter- $ 0D $ # 19 260.00 $ 15.00 $ 14,445.00 $ 11.83 $ 11,392.29 1.32 963 LF complete in place per plans. I , Standard Souare Turndown Curb- 20.00 $ 13,200.00 $ 15.00 $ 9,900.00 10,53- $ 6,949,80 1.33 660 LF complete in place per plans. , F ! I P.C.Concrete Curb Ramp(Ali Types) $ 2,000,00 $ 12,000,4$ 2,000.00 $ 12,000.00 $ 1,295.73 $ 7,774.38 1.34 ` 6 EA I i complete in place per plans. , I ! Concrete Wali Footing- 20.00 $ 7,260.00 $ 100.00 $ 36,3 00 21,37 $ 7757.31 1.35 363 LF .. f complete in place per plans. Corten Plate Bridge- $ 1,500,00 $ 6;00000 $ 2,500.00 $ 10,000.00 $ 1,02388 $ 4,09552 1.36 { 4 EA complete in place per plans. i ` Dumor Bench- 1500,00 1 2,871:81 $ 57,436.20 s $ ,300.00 $ 26,000.00 1.3720 € EA including sonotube concrete pads,installation,complete i in place per plans. 44 E Dumor Trash Receptacle Including installation 1,(100.00 $ 2,000.00 $ 1,300.00 $ 2,600.00 2,437.41`$ 4,874.82 1.38 i 2 EA ;complete In place per plans. Tegan Lighting Exton Powerspan Cable System, $ 133,10 77,064M $ $ 198.00 $ 114,642.00 19.68 $ 11,394,72 1.39 579 LF complete in place per plans and specifications. i Engineered Steel String Light Poles including $ 1,$13,50 $ 87,972,50 $ 2,950.00 $ 103,250.00 $ &,7U54 $ 27408.90 1.40 = 35 EA 'concrete footing,complete in place per plans, € and details. i Antique Street Lamps Custom Catenary Fixture $ $,500:00 $ 71,500,00 $ 6,340.00 $ 69,740.00 $ $;506.35 $ 60,$64.85 1.41 11 EA ;complete in place per plans&specifications. ? Antique Street Lamps Custom Aluminum Post $ 2,SQQ00 $5,000,00 $ 818.00 S 17,996.00 $ 7,726.61 $ 169,985.Q2 1.42 22 EA 'including concrete footing,complete in place per j plans and specs. Decorative Concrete Pavers- 10,545.00 $ 10.00 $ 7,030.00 $ 11.37 7;193.11 1.43 1 703 SF complete in place per plans. 3 n: i ?Limestone Boulders,per detail, $ 391.19 $ 14,865.22 $ 230.00 $ 8,740.00 $ ;V189.17 $ 7,188.dG 1.44 38 EA ;complete in place per plans. i 1 6"Cal.Shade Tree- $ 2,488.55 $37,328.25 $ 8,690 00 $ 130 35000 $ 1523.36 $ 22,850.40 1.45 15 EA 8&B,including planting and staking,complete in place per - 40 j plans. 2 BASE BID tiNyattConstrucdan Patin Construction 1� urdtPr Arnawtt 2"Cal.Ornamental Tree- $ 654.50 $ 7,854.00 $ 5,720.00 $ 63,240.00 ' $__ 7,443.72 1.46 12 EA container grown,including planting and staking,complete -, $68,640.00 in place per plans, t i 5 Gal.Landscape Shrub- $ 22.32 $7,655.76 $ 40.00 $ 13,720.00 $ =: 31.87 $ 10,431.41 1.47 343 EA i including planting,complete in place per plans. 3 Gai.Landscape Shrub• $' 2035 $ 8,363.85 $ 36.00 $ 14,796x00 $ 25.71 $ 10,566.81 1.48 411 EA including planting,complete in place per plans. 1 Gal.Landscape Shrub- $ 3155 $ 15,072.75 $ 11.00 $ 14,355A0 $ 10;93' $ 24,263.65 1.49 1,305 EA including planting,complete in place per plans. E °9"Bed Prep,including 6"Depth Prepared 3:33 $38,594.70 $ 14.00 $ 162,260,00 $ 2.05 $ 23,759.50 1.5011,590 SF soil and 3"depth gravel mulch,per#13/LA5.01, i icomplete in place per plans. #S Bermuda Sod. $ 1.88 $3,147.12 $ 1.00 $ 1,674.00 $ 0.49 $ 820.26 1,51 1,674 f SF complete in place per plans&specs. i Re-Vegetation,as needed,Including Fine 12,500:00 $ 12,500.00 $ 750.00 $ 750.003,729.47 $ 3,729.97' 1.52 1 i LS Grading as Necessary,Soil Prep, i Establishment,Complete in place per plan&specs. Complete Irrigation System- $ 34,554.30 $ 34,5S4.30 $ 42,000.00 $ 42,000,00 $ 28,928.00 $ 28,928,00 E including all trenching,conduit,backfill,wiring,fittings, 1.53 1 + LS boxes,fixtures,controller,and appurtenances,complete, as well as temporary irrigation as needed,operational and In place per plan&sepcifications E ( ` Complete Lighting System- $ 71,935.00 $ 71,93$,00 $ 138,704.00 $ 138,704.00 $ 67,177.42 $ 67,177,42 1.54 1 I E including all connections,trenching,conduit,backfill, wiring,etc. E I9 Electronic Message Center- 9,460M $ 9,460.00 $ 15,000.00 $ 15,000.00 $ 11,465 50 $ 11," 5 5p including all connections,trenching,conduit,backfill, 1.55 1 ? LS i B g, wiring,fabrication,etc. 1-Year Maintenance Packalte to ensure project $ 10,000.00 $ 120,000.00 $ 3,750.00 $ 45,000.00 $ 1,95250 $ 23,430.00 1.56 i 12 I MO :warranty coverage. - i ,Premium Rut ber Wheel to.5, $ 125.(11 11,375.00 $ 165.00 $ 15,015 00 $ 93.91 $ 8,545.81 1.57 91 EA - - 'complete in place per plans&specs. <2'Concrete Valley Gutter. $ 12W $ S,040.0025.00 $„ 10,500.00 $ 5Z $' 5,724.40 1.58 420 € LF ;complete in place per plans. Materials $ 1,880,989.24 $ 641,003.93. All Other Charges 1 ' $ 1590,665.21 $ 1,648,049.32 Total Base Bid 2,380,391.53' $ 3 477,054.75 $ 2,318,900.40 Notes $3,471,654.75 on bid form 1a29,847.15 otal for Materials and All Other Charges dd up to$2,289.053.25;difference of Low Bid Item from Total Base Bid High Bid Item 3 ALTERNATE BID Hyatt Construction Patin Construction aitic Bid!tern Unit- Qua fink Un€t Price Unit t' 4 Unit Prtce Amount Unit Pdm Amount Add Alternative Option 1:Curb and Paver Grate No Bid $ 53,211.15 $ 53,211.15 AAA 1 Na $ 125,000.00 � 125,000.00 L5 complete in place per plans and detail 1/1-155.06. .. q Add Alternative Option 2:Trench Across Main St $ 10,000.00 $ 101W0100 $ 6,300.00 $ .. 6,300,00 3,436.80 $ 3,436.00 AA.2 1 LS complete in place per plans and detail 3/H55.06. Mail Materials $ 68,946.00 261W0,00All Other Charges $ 62,354.00 $ 29,847.15 Total Alternate Bid �$ iQ l a)b $ 131,300.00 $6,6+4745 Notes: Low Bid Item ...:!High Bid Item Total Base Bid $ 2;380,391.58 $ 3,477,054.75 2,3141,90D.40 Total Alternate Bid $ 10,000,00 $ 131,300.00 56,647.15 r TOTAL PROJECT BID - 2,390,391,59 $ 3,608,354.7S $ 2,375,547155 4 T. studio 16:iq \4.i� design•collaborate•solve•impact October 25,2019 City of Round Rock Transportation Dawn Scheel 3400 Sunrise Road Round Rock,TX 78665 Re: Landscape Architect Letter of Recommendation for Award Project Name: Downtown Round Rock Streetscape Improvements Project Address: Main Street., Round Rock.,TX 78664 Dear Ms.Scheel: On September 11,2019, construction bids were received for the above referenced project.A total of three (3)bids were received from G Hyatt Construction, Inc., Patin Construction LLC, and WLE, LLC.Through the competitive sealed proposal process, each bid package was scored per criteria set out in the Instructions to Proposers.After initial analysis, Patin Construction was determined to have provided the apparent best value bid, however negotiations were unsuccessful. The next qualified best value bid resulted in successful negotiations and scope clarifications with G Hyatt Construction, Inc. of Leander, TX based on qualifications and experience. G Hyatt Construction, Inc.'s bid totaled $2,380,391.58 for Base Bid items,plus an additional$10,000.00 for proposed Alternate Bid items. G Hyatt Construction, Inc. has completed construction of multiple high-profile projects for local municipalities, and private developers, as identified in Attachment A, Qualifications Summary, and Attachment B, Interview Summary. Based upon past performance, our evaluation of their references, interview process, and submission of best value, and qualified bid, we recommend the award to G Hyatt Construction,Inc.in the amount of$2,390,391.58 for Base Bid items and Alternate Bid item AA.2. Please feel free to contact me should you have any questions, comments, or require any additional information.You may reach me via e-mail at brent@studio1619.com or by phone at 512.534.8680. Respectfully submitted, A.& �co tp r r + Br nt A.Baker, LA,ASLA, CLARB �� ,• managing principal ' '•` r'' ' ` OF attachments: Attachment A-Qualifications Summary Attachment B-Interview Summary Fn 1717 n ih-35,suite 308 ;� round rock,texas 78664 n 512.534.8680 p www.studiol6l9.com AT➢taaa.HIVILNT A—QUALIFICATIONS IONS WA3VIAR BID TOTALS Base Bid Alternates Total Bid $2,380,391.58 $10,000.00 $2,390,391.58 SCHEDULE Project Duration Start Date Finish Date 223 Days 01/02/2020 08/11/2020 REFERENCES Reference#1 Reference#2 Reference#3 AFL-CIO City of Austin Hyatt Regency V V V COMPARABLE EXPERIENCE City of Austin — Capital Metro Westgate Transit Center, Shipe Neighborhood Park & Pool, Public Safety Training Academy; Hyatt Regency — Hyatt Lost Pines Resort; City of Pflugerville — Field Operations Center TEAM MEMBERS Principal/PM/QC Superintendent Safety Officer Justin Hyatt Kevin Cole Charles Cole SUBCONTRACTORS Earthwork Electrical Paving Landscape/Irrigation Decking Champion Site Prep M&C Electric RDC Paving Avery's Landscaping LS Decker design collaborate solve I impact CONTRACTOR REFERENCE QUESTIONAIRE: CONSTRUCTION COMPANY Date: 10-115-M Type of Reference: O W A e--,C Contact: M ae, I �C1��'e. Contact Role on Project: Organization: 44 ��-' phone Number: rJ (off LAq(p Q C�Cp Project: e. dgeo2do ClYI� Contract Amount: $ Did the contractor man the job effectively(Equipment, Crews, etc)? Did the team change throughout the lifecycle of the project? \k s Of\ cr Ll-">5 C E- Did the contractor maintain the project schedule?What obstacles were overcome to meet the schedule? mck-1 Nil,\ CA pre-�U cc J � Was the project delivered within the established budget? Any Change Orders/Value Engineering post project award? �S -svM e— s maA` W-tf-e- rU C oC\C k 1-e- Any problems or significant concerns with the contractor? �o lb:lq b If you had the project to do allover again,what would you do differently? �Ao . T u(- n o ccx Your overall opinion of the contractor? is there any advice you can give us about working with the Lead or the Team? GA � 16: � 1 CONTRACTOR REFERENCE QUESTIONAIRE: CONSTRUCTION COMPANY Date: 'D-- L�- I�� Type of Reference: WN'l er Contact: l�,��C� � ���Ch Contact Role on Project: Organization: Not Rercll Phone Number: C a`j � 0-�—l'(� Project: Contract Amount: $ Did the contractor man the job effectively(Equipment, Crews,etc)? Did the team change throughout the lifecycle of the project? Did the contractor maintain the project schedule?What obstacles were overcome to meet the schedule? Sc k.-e-ct(,I(- IYAA V-i Was the project delivered within the established budget? Any Change Orders/Value Engineering post project award? V f- � U0 ,-0/) t V/� V3 id Any problems or significant concerns with the contractor? If you had the project to do all over again,what would you do differently? "�C 0-(::�r (; e' q �41 C! job, Your overall opinion of the contractor? Is there any advice you can give us about working with the Lead or the Team? e-�-P eAe,t e-n C,e— til') dEa e-cu y A- C v - � n .H,,.,,,czzt� 1b 10:1� Iq CONTRACTOR REFERENCE QUESTIONAIRE: CONSTRUCTION COMPANY " Date: "a o-4 9 Type of Reference: 0 "' e-C Contact: V Contact Role on Project: t1/1. -7 Organization: L.;{- , , � n Phone Number: '"1'-{ 1-19 Project: 'Sh' p e- eA �Vxtou)"C>Da Contract Amount: $ " t � coo Did the contractor man the job effectively(Equipment,Crews,etc)? Did the team change throughout the lifecycle of the project? ' 3 vyxe-s C,0,0i8, ha,-�(;�, be.er-� Did the contractor maintain the project schedule?What obstacles were overcome to meg the schedule? Q>(--) ScnC e- w ex-e- S D55e.d -iCLD n t5V-\ ` n v��#e-� ,nn v-� ham. �n�-t�-c' c:�S L��d�c� P �nc� ,r` `m u . �� ��f\ C {1�hLI pct eel. S ec��1 mac, J Was the project delivered within the established budget? Any Change Orders/Value Engineering post project award? t S�1 �t thCJ1n U Any problems or significant concerns with the contractor? Piho- e-c -+ If you had the project to do all over again,what would you do differently? a,ce-,t r) C Cn Your overall opinion of the contractor? Is there any advice you can give us about working with the Lead or the Team? j 1� CONTRACTOR REFERENCE QUESTIONAIRE: CONSTRUCTION COMPANY Date: - � Type of Reference: Vk.0 Contact: Ci of PN5+1 Contact Role on Project: Organization: '�el v „ Phone Number: >1 4,1 nC4-r Project: Contract Amount: $ Did the contractor man the job effectively(Equipment,Crews,etc)? Did the team change throughout the lifecycle of the project? ` N u VA— h c ,,f c. U-J k"4 W W 1 " OIQS,0-,Y\ CA- C)o -V'r) C'- T>ex�'I C) Cii Did the contractor maintain the project schedule?What obstacles were overcome to meet the schedule? Eco p.-Q- c"V\ 0;. - `t+-\e- \JQ-f-ki UJB. .�►'� 1�� v AVS C) (-,V-\ e-6 LL- Was the project delivered within the established budget? Any Change Orders/Value Enginegring post project award? {.� Yy\L.A C-V-X e) + 0 ey\ U Any problems or significant concerns with the contractor? 3 C)b ary-\+ . cA t ,� ��� ► �r �� ck( o— �� � � U3 a-C( C�f�� i� If you had the project to do all over again,what would you do differently? t �5 P ec C�N UJ CS-)CA to Your overall opinion of the contractor? Is there any advice you can give us about working with the Lead or the Team? Cc—:ii v►\- L A�� v, r i a �t � .s sol ewe e_ OCC vP to C-. .. , CONTRACTOR REFERENCE QUESTIONAIRE: CONSTRUCTION COMPANY Date: C , ,30`"11 Type of Reference: W � Contact: �'1 IL4{ Lp—V I Contact Role on Project: D Organization: � Phone Number: ] c � �D o(p Project: (� �L} cz Vn Contract Amount: $ 5 oJ Did the contractor man the job effectively(Equipment,Crews,etc)? Did the team change throughout the lifecycle of the project? -�a6 -VL. ,A'h N'at Did the contractor maintain the project schedule?What obstacles were overcome to meet the schedule? �I ' ► � J CoMyncfn � ` �-� \f'e'Ire �.0((.`?"'7Z _ -�l Was the project deliveredwi hin t ieJ established budget�Any Change Orders/Value��ng neering post project award? Any problems or significant concerns with the contractor? 14 CG If you had the project to do all over again,what would you do differently? I''t donct- cam'.m ud e- I - +e-c 1' 1 Your overall opinion of the contractor? Is there any advice you can give us about working with the Lead or the Team? �-ec'l V e-C L,1 Afi C.,.o C�,vinif, -Az ec . � ! t 1 :119 ' CONTRACTOR REFERENCE QUESTIONAIRE: CONSTRUCTION COMPANY r Date. e of Reference: �.. ��-- � `i Type " Contact: -� r Z_. Contact Role on Project: r� �YG.Y1 Organization: Imo.: Phone Number: Project: eC,-PA-C','-k yy\-e-�b AY'CLY`�— 6t,.k- Contract Amount: $ 11�i (.054 --I-D Did the contractor man the job effectively(Equipment,Crews,etc)? Did the team chane throughout the lifecycle of the project? 'i�jrj-�- mC�n ��- a' � '� e f��L- ►v�� �-�c�.c� t^Cme c'_.r - d-\"- 0 � cc;-P, lA e-h C) Did the contractor maintain the project schedule. Whaf obstacles werk overcome to meet the schedule? T--1 D t tXvJ 1e_ Y� t �-�-�� t� (`c� �c._ G-�C- LLA c10s Cd civ�- a L),-,�� \C"t -- )e C_. e. V`D S 1-0 Cu Vrr e- OL'n d Q L-k-V1(s, LZ u. �� . E✓v c_�c-� `-�'�n vv In 5"��Q c�w,n w e, c:.,aV r a o e-d , e�..1 o rd�� ,n c� r,S �t�� d -P- �1:: LD YINm Ck--�-e.r t C A . o Was the project delivered within the established budget? Any Change Orders/Value Engineering post project award? 1 C� Ylp n S�(1 tti\� r'J1� - COc Y-\CA-) c.h, � 3 l v�� w _ Ll, W h e-Y1 C'\'Im `re-�v S-�' .O. C�ti,n, e. c-..�-� E? �n -t y h► 'C� lr-1 r'e-c4 G U CL-i-\ v S e_ w(.n OL'A- Q., 1� �c,.s L)Y-\ C C%t d , �%� `(1 r-Y\ 'V t �Any problems or significant concerns with the contractor? si w)Ls1 kL C�L-)i-) , Y\e�'<e�- "�ZJ C.f1 C�. f�) cc mC.d �i k..e_�-,���"' -�,C'S�S' ��-a t?c.,�- , N t✓�c�e-c� `t-In���' h���d �-�1� ��,1n ��, G YN e-j CL r\-'n L�� zd u 5 5 a n d re ��; (�,VJsv (-cl , -P rn e, L, ccs c) o bo ,Z-)o,M e-, k-/,Du,) V- If you had the project to do all over again,what would you do differently? C'C'e �') AV\C�PPIJ CL,V3C)�.JA- pce�cc-*' Your overall opinion of the contractor? Is there any advice you can give us about working with the Lead or the Team? -�DUC 0�1n \ �+'1 CONTRACTOR REFERENCE QUESTIONAIRE:CONSTRUCTION COMPANY 16: Date: 912r.11 n Type of Reference: G� 1—' Y+� Contact: vvo� Contact Role on Project: V lC�G Organization: C"AplW,,rrbip Phone Number: 615(-;)- 3'89 7559, Project: Vk�4,4 lw,,)6n- Gqaf--ev, Contract Amount: $ 3z5c5ll V t Did the contractor man the job effectively(Equipment,Crews,etc)? Did the team change throughout the lifecycle of the project? INorS int'`mow 1-0 64th fkmcr Jy K'0=4N A Did the contractor maintain the project schedule?What obstacles were overcome to meet the schedule? PAO%- I oftpvto,Aft-kawc-) WM LAM lrm CaKws(w) kw�61'81LK' C : -(o rr16 J1rf JMint , �`}v�� 5 Was the project delivered wita esta lished budgettAny Change Orders/Value Engineering post project award?50&4 6PMqe*eM6 Im ,l1 t i+o1yTo Vow"J 50j*w -':�)r4�644 co 61(-- fit` \*5 N A8 t: (at , 5 PEL4'"W rWjtA &V Any problems or significant concerns with the contractor? ons S(fi�.- otJ U ) A)&t V\)Ec;; ,�W .��t~�� ��-ti I LC- t d o� 1b:JQ If you had the project to do all over again,what would you do difterentiy? APOo X9046 *At Tqffmt W*:Z� 3<9&a)L� >��ln "1 PPPPc0 Now Ak- �jOA �. 1 Your overall opinion of the contractor? Is there any advice you can give tis about working with the Lend or the Team? CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. G Hyatt Construction, Inc. 2019-557942 Leander,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/04/2019 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Streetscape Improvements General Construction Services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Hyatt,Justin Leander,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION Justin Hyatt My name is and my date of birth is My address is 1.819 Cross Draw Trail Leander TX 78641 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Williamson Texas on the day of November 20 19 Executed in County, State of 4th (month) (year) �ti���at �/ -77 of th iz d agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethi .state.tx.us P. Version V1.1.3a6aaf7d CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. G Hyatt Construction, Inc. 2019-557942 Leander,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/04/2019 being filed. City of Round Rock Date Acknowledged: 11/21/2019 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Streetscape Improvements General Construction Services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Hyatt,Justin Leander,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street)) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d