Loading...
Contract - Muniz Concrete & Contracting, Inc. - 7/27/2023 ORIGINA CITY OF ROUND ROCK PARKS AND RECREATION ROUND ROCK TEXAS Project Manual For: LAKE CREEK TRAIL ROUND ROCK WEST DRIVE TO CENTENNIAL PARK APRIL 2023 Prepared By: �PS� OF TFk� HAGOOD ENGINEERING s ASSOCIATES, INC *' * 900 EAST MAIN TERRY R. HAGOOD ROUND ROCK TEXAS 7866 µn 52960 rp �+ i.e.D BY i0 FSF�!S1ER �� TERRY R. HAGOOD,P.E. CITY ATTORNEY D S/ONA� E� 4/28/2023 TBPE Firm Registration No F-12709 ADDENDUM NUMBER 1: IE OF TF To the Drawings and Project Manuals dated April 28,2023 for: ",P .... t.I � S LAKE CREEK TRAIL ............................:. TERRY R. HAGOOD Asprepared by: .�.:................. ........j..... Hagood Engineering Associates, Inc. 52960 900 East Main Round Rock, Texas 78664 SSS/ONAL Date of Addendum Number 1: MAY 12, 2023 The Contract Documents previously issued for bidding, as referenced above, shall be amended, revised, supplemented, clarified and/or extended by the following information, and this information shall be considered to be a part of the Drawings and Project Manual, as though it had been issued at the same time and incorporated integrally with such Drawings and Project Manual. Where provisions of the following information differ from those of the original Contract Documents, this addendum shall govern and take precedence. I. PROJECT MANUAL Item No. 1: Notice to Bidders: A. Receipt of Bids date has changed from May 16, 2023 to May 23, 2023. Time is unchanged. B. Bidder questions may be received until 5:OOpm (cst) May 16, 2023. Item No. 2: Landscape Architecture: A. Landscape Architecture Addenda#1 is attached. Item No. 3: Structural Engineering: A. Structural Engineering Addenda#1 is attached. Item No.4: Bid Form: A. Remove Bid Form and replace the attached updated Bid Form. II. DRAWINGS Item No. 1: Landscape Architecture—Grading Plan A. The following sheets have been removed and replaced: LAO.00, 1=LAO.01, LA1.0-LA1.06, LA2.01- LA2.03, LA5.01, LA5.02, IRO.00, IR1.01, IR5.01, IR5.02. II. BIDDER QUESTIONS Item No. 1: Will we have cranes access to both sides of the bank where the bridge will be installed? Response: No, crane access can only be from the north side at Centennial Plaza. Item No. 2: Where is the access point for the trail located on the north side of the Georgetown railroad? I only see the stabilized construction entrance at the Round Rock West Drive location. Response: Access point for construction is at Round Rock West Drive Location. A second point on the east end at Centennial Plaza is being considered. Staging and Storage areas are at each location are also being defined. Final locations will be provided in Addenda 2. HEA Job No 15-022 ADDENDUM NO. 1 1 of 2 1 1 Item No. 3: Do we need special insurance, Railpros watcher, and special permits to construct the metal structure under the Union Pacific railroad ROW? Response: Requirements associated with Union Pacific RR permits will be provided once permit is received and will be addressed by change order. For bidding purposes, only provide price for materials, labor, and installation complete in place for the Trail Cover and Trail cover foundation Item No. 4: Can the City of Round Rock provide the Geo Technical report that was used for the project? Response: Geotechnical Report is attached Item No. 5: Have had some brief conversations with Permatrak reps about their scope on the alternate bid and there seems to be a lot of unanswered questions on this design. He mentioned a meeting next week with the Engineering team? As far as the plans there is only a few details in the Landscaping sheets showing the Permatrak design, however we need more information on # of piers or spacing in order to know how many piers there will be and some other dimensions on plan views. Response: Permatrak drawings are attached. These drawings are for bidding purposes only. Final engineered, sealed, and signed drawings will be required by successful bidder as a submittal for review and approval by Project Engineer. Item No.6: I'm assuming there are not any listed manufacturers for the structural roof over the trail? Response: Correct, the cover is a not a prefabricated structural system Item No. 7: What is the expected mobilization date for this proiect? Response: At this time, Notice to Proceed is anticipated to be first week of August. Bidders are encouraged to visit the trail site to view existing conditions. 1 I l l l studio I" TM design-collaborate•solve-impact ADDENDUM #1 - BIDDING RFI RESPONSES Date: May 12,2023 Owner: City of Round Rock Parks and Recreation Project Name: Lake Creek Trail This Addendum forms a part of the Contract and clarifies, corrects, or modifies the original Construction Documents - Plans and Project Manual dated April 281h, 2022.Acknowledge receipt of this Addendum in the space provided on Exhibit C-Proposal Form.Failure to do so may subject bidder to disqualification. REQUEST FOR INFORMATION RESPONSES: • Bid Item#39 references#13/LA5.01,however there is not#13 on LA5.01.Can you please provide the detail? Response:The Bid Item should be referencing LA0.00,however a revised bid form will be issued. • Where do all of the trees and shrubs planting go on the trail besides the layout shown on sheet LA2.01 and LA2.02?The quantities show on sheet LA0.00 do not match up to the landscape bid quantities show on the base bid form. Response:The Bid Form was incorrectly notated.The Plan schedules are accurate per what is shown in the plan set.A revised bid form will be issued as part of Addendum#1.All landscape and irrigation will be considered part of the add alternates 1 and 2 as part of a Lump Sum total for those items.Only trail revegetation and temporary irrigation will be included as part of the base bid. • Can you please provide a quantity for bid item#40 and not make it Lump Sum? Response:The Landscape plans stated the SF of seeding required,however the quantity proposed was incorrectly calculated at 12,390 SF.The corrected total for revegetation and temporary irrigation per Bid Item#40 is 52,785 SF,however the Bid item will remain Lump Sum. • Where is the trail signage at Civil walls(Bid Item#42)located or shown in the plans?I see Alt 1,2, and 3,but cannot find any of the signage in the civil plans so not sure how to price. Response:All trail signage is located at the Trailheads in Alternate 1,2,and 3.No additional trail signage is included.The detail is referenced in the plans as Detail#6/LA5.01. • How do we get paid for the Trash Receptacles shown in the site furnishings schedule? Response:The purchases of all FF&E will be made by General Contractor and included in any applicable Pay Applications after procurement,unless otherwise requested by the City of Round Rock.Please note that the City of Round Rock at their discretion,may elect to directly purchase these furnishings and void this bid item. • The quantities on the material schedule on LA0.00 does not match the quantities on the base nid form.Can you please clarify this discrepancy?Where is the detail that shows the quantities listed on the bid form? Response:The Bid Form was incorrectly notated.The Plan schedules are accurate per what is shown in the plan set.A revised bid form will be issued as part of Addendum#1.All landscape and irrigation will be considered part of the add alternates 1 and 2 as part of a Lump Sum total for those items.Only trail revegetation and temporary irrigation will be included as part of the base bid. 305 w.liberty ave.,suite 100 round rock,texas 78664 512.534.8680 p : www.studiol619.com 1 16�19 • The bid form shows 20 each of the Dumor Benches,however the plans indicate 6 each.Please advise which is correct? Response:The Bid Form was incorrectly notated.The Plan schedules are accurate per what is shown r in the plan set. Only 6 Dumor benches are proposed. (! • Please provide more information on the sign wall(6/LA5.01).We need more specs on the sign such as,material thickness,color,finish,etc. Response:Additional detail information has been added to the Addendum#1 plan set. • Please provide more information on wall(6/LA5.01).Detail says to match existing stone at r centennial plaza. 1r Response:The cut stone cap and limestone masonry are to match the existing walls in appearance. Walls are to be built per detail on Civil wall structures using similar materials. • Bid item 33 calls out for 38 limestone boulders per detail.Can you please provide specs and detail for f these boulders? Response:No boulders are proposed on the project.The Bid Form was incorrectly notated.A revised bid form will be issued as part of Addendum#1.Only quarry block seating is proposed as part of Alternate 2-Chisholm Trail Trailhead. • There's a discrepancy on the native trail mix SF.Plant schedule on LA0.00 says 12,390SF.Our take off base on the plans,is coming out at 46,555 SF. Response:A revised quantity of 52,785 SF has been provided in the plant schedule in the Addendum #1 plans on LA0.00. • Dog waste station is call out on the bid form but not shown on plan. Response:It is located on Sheet LA1.03.Quantity of 1. • Please confirm qty for benches.Bid item 31 calls out for 20 benches,but only 6 are shown on plan. Response:The Bid Form was incorrectly notated.The Plan schedules are accurate per what is shown in the plan set. Only 6 Dumor benches are proposed.A revised bid form will be issued as part of Addendum#1. design collaborate solve impact l -�-N ■b9-N �l , DESCRIPTION OF ADDITIONS AND/OR CHANGES: LA0.00-Quantity updated and description for Native Seed:Native Trail Mix in Plant Schedule. LA5.01-Clarifications provided to Detail#6/LA5.01 -Wall w/Trailhead Signage. LA5.02-Detail#1/LA5.02 not used.Please reference inclusion of Precast Concrete Boardwalk Addendum drawings for Bid Item-Alternate 7. Acknowledgement of this Addendum is required.All bidders shall acknowledge receipt of this Addendum on the Proposal Form. Failure to do so may subject the bidder to disqualification. `pNOSCAPF Sincerely, ��.• A 4' 2098 .• , OF j Brent A.Baker,PLA 1ti'L 05' Managing Principal design collaborate , solve impact LANDSCAPE NOTES: LANDSCAPE MAINTENANCE NOTES: PLANT SCHEDULE �- I. COMP-PE ALL LANDSCAPE"TING AND RELATED EANTE ORK INCLUDING ALL PRODUCTS,EQUIPMENT PROPERTY LANDSCAPING SHALL BE MAINTAINED AT ALL TALES.THE DUALITY OF THE LANDSCAPE ORNAMENTAL TREES CITY COMMON/BOTANICAL NAME CONT DESCRIPTION CAL AND LASDIL FOR THE LANDSCAPE MPAS SHOWN ON THE DRAWING AND DESCRIBED NI ME WNNMNMCE SHALL MEET STANDARDS OF PERFORMANCE PROVIDED BY LNDNIPE COMPANIES W THE SPECIFICATIONS BERSON LAUNDS MEAS WILL AT ALL TILES HAVE AUEAT,CLEAN.HEALTHY.LWIICURED APPEAL E 2 VAUPON HOLLY 85 GAL S'N X 10'W TICAL ] All pIESTONS SHOULD REREFERRED TO THE PiRDECi LANDSCAPE ARCHITECT tTURF MEAS ILEX VOMITORW A MOWING aEDGING OALLTURF MEASSHALL PEPERFORMED Ai BE APPROVED PER WEEK O MEINFORMATION PROVIDED HO THIS PAN IS GENERAL INR TO DIMENSIONS,TION .ANO MEM B TO STAT GRANS EDING SHALL SHALL BE SEPARATE 6 MUST IN APPROVED By ME OWNER PRIOR AREAP%RODIMTE AND SHOULD BE FIELD VERIFIED PRIOR 10 BIDONG 6INSTNLAiDN I STMT OVM MMING&SNAIL BE SPREAD AL A RATE RF INSURE A LUSH.TNLN CONSISTENT WINTER MIb AS ARE TO E FENG LOF IHD A MFMUM GE PERFORMED EACH OSI} SHRUBS CITY COMMON/BOTANICAL NAME SIZE DESCRIPTION SPACING 4p 1 QUANTITIES SHOWN FOR R ANP MATERIALS ARE APPROXIMATE BE DACTUALDETERMINED C WANGTO E C ALL iLRG MEAS ETI i0 BE FERTILIZED A MINIMUM FA FOUR TIMES PER YEAR WI A HIGH QUALITY, PLANT SMATERIALS DAY VARY FROM THE PVN AND ALCM EE FIELD FIELD C0 ACCORDING TO THE SLOW RELEASE HALL APL FROM A RAM F N MANUFACTURER 77 GULP MUHLY 5 GAL PER TNLA STANDARDS 6 SPECS 36"G.C. OVEN SPACING AND FIELD CONDlirorvs OISLREPAHOES BETWEEN FIElO CONOTIOIt AND THE RAIN D CONTRACTOR SNAIL PJ'PlY PPPROPRIATE FUNgCIOEs M NECESSARY b PREFAER(ENT HERBICIDE -�- MUHLENBERGIA CAPILLARIS WHICH LIMIT THE CONTRACTOR SHOULD BE BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT TWO TIMES PER YEAR b POST-EMERGENT HERBICIDE AT ME TIME DEEMED MOST EFFICIENT 8 \ R°F PRIDR TO WSTAIIATION FAVORABLE BY CONTRACTOR ♦X�w E TURF TO BE TREATED AS NECESSARY WI APPROPRIATE INSECTIgoE TO CONTROL SOL PESTS 22 STIPAMEXICAN FEATHERGRA88 3 GAL PER TNLA STANDARDS 8 SPECS 24'O.C. 'y 5 BY BIDONG.THE CONTRACTOR ACKNOWLEDGES THAT HFJSHE HAS SATISFIED HIMSELFWRSELF AR TO F RAKING TO BE PERFORMED AS NEEDED TO MAINTAIN MPEMAMCE DE-THATCH b AERATE TUE ONCE STIPA ENUISSIMA +.5 THE NATURE AND LOCJONI OF THE WORK AND TO THE OUNITY OF SURFACE AND SUBSURFACE DURING THE YEAR IN CONJUNCTION W/RYE OVERSEEDING If OWNER OPTS i0 NOT PERFORM MATERIALS M OFFS TACLESII—AN AS THIS DATA IS REASONABLY ASCERTAINABLE FROM AN OVERSEE DE-THATCHING b AERATING TO RE PERFORMED IN EARLY SPRING �] TEXASLANTANA 3GAL PER TNLA STANDARDSa SPECS 2P O.C. INSPECTIONOFMESITE MY FAILURE BY THE CONTRACTORTOACQUANT HIMSELF(HERSELF WITH ME G BAGAILMEASWITHINa5FEETOFBUILDINGS.DRIVEWAYS,BSIOEWALKS �^^•' '-"-'n•'�"•' `�~ AVNLA&E INFORMATION WILL HOT BELIEVE HIMAER FROM RESPONSIBILITY FOR ESTIMATING PROPERLY LANTANA HORRIDA — MEDIFFICULTY ORCOSTOFSUCCESSFULLY PERFORMING THE WORK AS DESCRIBED 1 SHRUM GROUND COVER BEDS b M—S c1YII�InwF.. A TO BE MAINTAINED WEED FREE AC NEEDED USING APPROP IMM HERBICIDES b MANUAL WEEONG S ROSEMARY $GAL PER TNLA STANDARDS 6 SPECS 38'O.C. IGA 5 INSTALLATION OF ALL LNDSGPING MUST BE COOHgNAIm WITN THE INBTALEATIRI OF RELATE USE A MINIMUM OF TWO PRE EMERGENT APPICATILNIS b MMU—MMU—WEED EACH VISIT O ROSMARINUS OFFICINALIS °• ° IRRTION SITE WORK AID(PALING B TO RE FERTILIZED FAIR TIMES PER YEAR WN A BALANCED MGH GUALTY.SLOW RELEASE FERTILIZER,FERTILIZER. APPROPRIATE TO THE SHRUBS ON ME PSOUI 7 UNLESS SPECIFICALLY NOTED,INSTALL ALL MASSED PANTING UTILIZING EQUILATERAL rRIANGUAR C SHRUBBERY TO BE HAND TRIMMED AS SPECIFIED TO MAINTAIN A MANICURED APPEARANCE ORM T4 RED YUCCA 5 GAL PER TNLA STANDARDS 8 SPECS 38"O.G. SPACING OTHERWISE REQUESTED BY OWNER USE ONLY SKILLED PERSONNEL WI SIGNIFICANT EXPERIENCE IN O� ESPERALOE PARVIFLORA CLASS A PROPERTIES NO SHEARING,ALL r0 BE DONE W SELECTIVE HAND PRUNING i0 KEEP RANT 1�! B EVENLY APPLY T OF MULCH i0 ALL CONTINUOUS PLAITING BEDS MULCH TO BE TRANSPORTED AND WITHIN BOUNDS BUT TO MAINTAIN A NATURAL SHAPE b APPEARANCE INSTALLED BY THE CONTRACTOR COMPACTOR TO ENSURE ALL SLRSURFACE IRRIGATION IS D TO BE INSPECTED WEEKLY BY QUALIFIED SUPERVISOR FOLLOWED BY A WRITTEN REPORT OF 15 SPINELESS PRICKLY PEAR 5 GAL PER TNLA STANDARDS a SPECS 36-O.C. COMPLETELY COVERED BY MACH PROBLEMS OSCOVERED b ACTIONS TO BE TAKEN OPUNTUI ELLISIANA E MEAS TO BE SPRAYED WI APPROPRIATE INSECTICIDES b FUNGICIDES AS NECESSARY + B SUBSTITUTIONS OF PANT SPECIE S.SIZES,OR OTHER SPECIFIED MATERIALS WILL HOT BE ALLOWED F ANNNALS TO SE CHANGED OUT FOIR(4)TIMES PER YEAR USING FOUR(4)INCH POTS b FERTILIZED AT WITHOUT PRIOR APPROVAL CA BY THE PROJECT LANDSCAPE ARCHITECT EACHCHMGE MONItORb APPIV FUNGICIDESbINSECTICIDES TOINSLIRE MA%(ALUM VIGOR � 11 TWISTLEAF YUCCA 5GAL PER TNLA STANDARDS B SPECS 33"O.C. G APPLY SHREDDED HAROWOCHI MULCH i0 A DEPTH OF TWO INCHES.A MINIMUM OF THREE TIMES YUCCA RUPICOLA 10 RANI MATERIAL AND LAYOUT MUST BE APPROVED BY THE PROTECT UMDSCAPE ARCHITECT PRIOR TO MNALY If MULCH DEPTH ACCUMULATION BECOMES 50 EXCESSIVE AS TO BE DETRIMENTAL TO INSTALLATION RANT HEALTH.RAKE OUT b DISPOSE OF EXCESS QUANTITIES OF THE OLDEST MATERUL.OFFSITE — H AUTP C&DIREC71rv&SICRAGETOBEKEPTFREE&CLEMFROMNLBISHE54HRUM ETC LOW GROUND CITY COMMON/BOTANICAL NAME CONT DESCRIPTION SPACING II ALL IDENTIFICATION TAGS PROVIDED BY GROWERS AND PLACED ON TREES AND SHRUBS ARE TO REMAIN I ATHREE;OOT PERIMETER ARCD ALL FRE HYDRANTS SHALL BE MAINTAINED COVERS W THE PANTS THROUGH THE PINCH-UST INSPECTION TAGS ARE TO BE REMOVED PRIOR TO FINAL 75 SILVER PONVFOOT T GAL PER TNLA STANDARDS a SPECS 12"O.C. CITY OF ROUNDROCK ACCEPTANCE.ORUPON REQUEST OF THE PROJECT LANDSCAPE ARCHITECT 3 LANDSCAPE TREES EA-CALIPER CR LESS) A TO BE LIGHTLY PRUNED AS NECESSARY(AT LEAST ONCE A MONTH DURING GNOW1NG SEASON) DICHONDRA ARGENTEA ]�Mwege.e...Alas 12 SEE MXJSOD SOD WILL BE APPLIED i0 ALL CONSTRUCTIONZM D GROUND SURFACES NOT 8 TO BE PRUNED b SHAPED ONCE WRING WINTER MONTHS PRUNE TO CUSS STANDARDS NOTIFY OTHERWISE PRATED CONTRACTOR SHALL REVIEW RELATED CONSTRUCTION DRAWINGS FOR LIMITS OF MANAGEMENT PROM TO b IMMEDIATELY FOLLOWING PRUNING ACTIVITY PRUNING TO HE DOVE BY GROUND COVERS / CONSTRUCTION AND SHALL ALSOBE RESPONSIBLE FOR COORDINATING WITH OTHER SITE CONTRACTORS OMLIflFD iREELMEfIRM SUBJECTTOMANAG£MENTAPPIOVAL oStzTefele TO DETERMINE ACTUAL AREAS OF SEEDING REQUIRED.INCLUDING AREAS DISTURBED BY UTILITY C DEEP ROOT FERTILIZE ALl LANDSCAPE TREES ONE TIME PER YEAR SUBMIT INFORMATION ON - 52,785 SF NATIVE SEED:NATIVE TRAIL REVEG/ APPLICATION RATE:1 LB./4,300 SF;?TOPSOIL TO — E%MNs101s LUTETOONNEILATDRSETHoosb APPLICATOR QUALIFICATION RALE wEIX PRIOR TO PERFORMING MIX-NATIVE AMERICAN SEEDING BE APPLIED TO ALL SEEDED AREAS FOR TRAIL ANLL RTO IC&GIREREPRESENTATIVE 13 THELANDSCAPE FULL r OFRSHALL SOL ANE!LILY PREPARED RANT BEDS AS NEOURED TO D AUTRNflcbmREcnoNAL SIGNAGE TO BEXETFREE OFTREE UMBsaBI+AMLHEs SEED-SEEDSWRCE.COM (AREAS REVEGETATION.TEMPORARY IRRIGATION TO BE ACLOANDDAIE A FIA1 B'O PREPARED SOL AND I'MACH LAYER CLEW,NATIVE TOPSOL REMOVED PROVIDED ALONG ALL REVEGTATION AREAS,AS FROM THESE BEDS MAY BE SPREAD ON NEARBY AREAS TO BE SODDED OR SEEDED STONES INRER A L URGE TREES(GREATER THAN 1•CALIPER) - N E ED THAN I-DIAMETER SHALL BE REMOVED AND DISPOSED O OF SITE FOLLOWING IXUVATION,PLACE A CONTRACTOR SHALL INSPECT FOR INSECT.DISEASE INFESTATIONS b TREE DAMAGE SUCH M 2,555 SF G 'M IT NO 3•DEP H E IE FAB C. OVID PREPARED SOIL IN THESE PLANT REDS PREPARED SOL SHALL CONSIST OF 5-IMPORTED'CHOCOLATE' LIGHTNING OR VEHICULAR DAMAGE CONTRACTOR SHALL NOTIFY MANAGEMENT IMMEDIATELY O LOAM TOPSOIL AND 3.ORGANIC COMPOST SOIL CONDITIONER(SUCH AS'LIVING EARTH TECHNOLOGIES•. SUCH DANGER OR DISEASE SO THAT CORRECTIVE ACTION CAN BE TAKEN GRANITE GRAVEL SAMPLE PRIOR TO CONSTRUCTION. t 'BACK-TOEARTH'OR OTHER APPROVED MANUFACTURER),THOROUGHLY BLENDED TOGETHER TO 20A B WHEN PRUNING IS REWIRED TO REMOVE DEM OR DAMAGED LINK WORT(IS TO BE DONE BY MINIMUMORGANICCONTENT THIS MIX SHALL ALSOSE USEDTOBACKPLL PLANTINGPTSO ALL TREES QUALIFIED MEE WE FIRM MANAGEMENT APPROVAL IS REWIRED PRIOR TO PRIMING O CWTMCTOR SHALL SUBMIT PLMTIIHG SOI MATERIAL TO THE LMDBCME MCNIECT FOR APPRQWL C ANY FERELIONG RECOMMENCE D BY RANI FIM TREE CME FIRM IS SUBECT TO APPROVAL 230 SF BERMUDA GRASS 80D 2"TOPSOIL TO BE APPLIED TO ALL TURF AREAS PBM TO WRONASE D ALL TRAFFIC b OPEC TIONALSIGNAGE TO BE KEPT FREE OF TREE LIMBS b BRAMNCES CYNODON DACTVLON lig 14 ALL PANTING BEDS INDICATED WILL BE IRRIGATED WITH UNDERGROUND AUTOMATIC IRRIGATION 5 DEBRIS b LITTER — IRRIGATION CONTRACTOR IS TO BE A STATE OF TEXAS LICENSED IRRIGATOR,AND SHALL FOLLOW ALL A NORMAL}RASH b LITTER WILL BE REMOVED FROM ALL LAWN B LANDSCAPED AREAS WEEKLY Z N) TCEQ CODES AND REGULATIONS CONTRACTOR IS RESPONSIBLE FOR PROVIDING AS WILT DRAWINGS B ALLDEMSRESULTINGFNOMA &Y LLMDSGAPEWYMI(SIULLITEUL EDUPIMMMAIELY SITE FURNISHINGS SCHEDULE W b AND SPECIFICATIONS FOR IRRIGATION SYSTEM INCLUDING PPE SIZES AND LOCATIONS �/ H S PAVED MEAS a Y W x 15 ALL SEEDING AREAS UIS FJRBEG SY CONSTRUCTION SHALL BE TEMPOR/JLLY IRRIGATED OR SPRIW.IED A AT PARKING LOT PERIMETERS b PAVING JCiNTS.WEEDS b GRASSES ME r0 BE CONTROLLED WI iYr YWM >M ONS H IN AMMNIER THAT WnLL NOT ERODE THE TOP501L.BIR WILL SUFFICIENTLY SORA THE SOL TO A DEPTHCONTACTHERBICIDE SPUY56 MANlALWEEINGMREWIRED ro.°nc°n W V OFSIXINCHES THE IRRIGATION SHALL OCCURAT TENDAY INTERVALS DURING THE FIRST TWOMNNTHS. B ALL DEBRIS RESULTING FROM ANY b ALL LANDSCAPE WOPt SHALL BE CLEANED UP IMMEDIATELYIan°° MIN.IafMY.w u.a N,e. O Y RAMALL OCCURENCES OF ID INCH OR MORE SHALL POSTPONE THE WATERING SO RULE FOR ONE Iwo 1o'AL0'O'�A ManI.Y 'R.An.°a' F W I—U WEEK RESTORATION SHALL RE ACCEPTABLE WHEN THE CUSS HAS GROWN AT LEAST I IO INCHES NCI 7 SM! TION FR.,II ANank°ekx. D WITH BSM COVERAGE.BROODED NO BARE SPOTS LARGER THAN IS SQUARE FEET EXIST A CGMTRUCTOR SH ALL BE RESPONSIBLE FOR MAINTAINING b OPERATING ALL IRRIGATION SYSTEMS AT ~6 TRE PROPERTY EXCEPT AS MAY BE OTHERWISE NOTED 'UR Ywen C 16 REGULAR MAINTENANCE IS REWIRED OF ALL LANDSCAPE AREAS AND RANT MATERIALS IN A OGORWS B IRRIGATION SYSTEMS MUST BE INSPECTED MONTHLY b A REPONT MILT BE SUBMITTED TO AND HEALTHY CONDITION.FREE FROM DISEASES PEST WEEDS.AND LITTER THIS LWNTEWNCE SN/,LL MANAGEMENT MANAGEMENTMIUSTAPPROVE REPAIRS GREATER THANV%00 AA.�epnk Nvwe d..F ! INCLUDE WEEDING,WATERING,FERMtUTION,PRUNING.MOWING,EGGING.MULCHING OR OTHER C CONTRACTOR WILL ENSURE THAT WATERING CYCLES ARE IN COMPLIANCE Al ANY CITY GUIDELINES An FRnp° Y J ME DIED MAINTENANCE.IN ACCORDANCE WITH GENERALLY ACCEPTED HORTICULTURAL PRACTICES UNTIL M A RESULT OF WATER RADONING OR WATER CONSERVATION MY FEES OR PENALTIES INCURRED FLAY V O THE PROJECT HAS BEEN ACCEPTED BY THE PROJECT W[)SCAPE ARCHITECT SY WOATKR OF OR lI RACES WILL BE BILLED iO WNTMCTOR O IS D ALL HEADS b NOZ S BROKEN BY LANDSCAPE MAINTENANCE OPERATIONS ANLL BE REPAIRED OR 3n w11MNIM 1V OASHmr I# W 11 THE ONIERS OF ME LANDSCAPED PROPERTY.OR ME MANAGES OR AGENT OF THE OWNER SHALL BE REPLACED AT CONTRACTOR EXPENSE ALL NOZZLES YALE BE CLEANED MONTHLY IF)NECESSARY.8 M WSN.ln IS 41.RV.M rYMNna. ue1Je-MnrFR 1 RE SEE FOR THE MAINTENANCE O ALL LANDSCAPE MEAS SAID AREAS SHALL BE MAINTAINED SO ALL HEADS WILL BE AD,USTED AS NEEDED IM NMIkKIYn°"' 0 AS i0 PRESENT A HEALTHY.NEAT AND ORDERLY APPERAP NCE AT ALL TIMES AND SHALL BE KEPT FREE - ---- - Z OF REFUSE AND DEBRIS ALL PANTING BEDS SHALL BE PROOGED NTH A READILY AVAILABLE WATER B GENERAL NOTEITEMS LISTED ABOVE REFERENCE ALL LANDSCAPE SHEETS. m SUPPLY AND WATERED AS NECESSARY TO ENSURE CONTINUOUS HEALTHY GROWTH AND DEVELOPMENT A CONTRACTOR STALL PROM DE ADEQUATE SUPERVISION TO ASSURE MAT ALL WORK WILL BE DONE IN QUANTITIES ME INCLUDED FOR CONTRACTOR CONVENIENCE AND � O MAINTENANCE SHALL INCLUDE THE REPLACEMENT OF ALL DEAD PANT MIATENAL TEAT AT MATERIAL WAS ACCORDANCE WI THIS AGREEMENT b GENERALLY ACCEPTED GOOD PRACTICE.A WEEKLY MSI}BY A CONTRACTOR SHALL VERIFY ASSOCIATED QUMTITIES. M USED TO MEET ME REQUIREMENTS OF THE OPDINANCE QUALIFIED SUPERVISOR 15 A MINIMUM REQUIREMENT ADEQUATE TIME SHALL BE ALLOYED FOR A THOROXR b COMPLETE EXAMINATIONOF THE ENTIRE PROPERTY IB MO iOPSOL SHALL M PLACED UNitL SURGfUDE IS APPROVED W LMDSLAPE MCHTECT CONTRACTOR B CONTRACTOR SHALL REPLACE AT CONTRACTOR'S EXPENSE ANY PLAN I MATERIAL THAT DIES DUE TO TOFURNISH AND SPREAD TORML ON LAWN MEAS TO A DEPTH OF FOAM INCHES WORK FORBORE TDA DAMAGE BYLAWNMNNTEHANCEEWIPMENTORCMTRACTORSNEOIGENCE SMOOTH UNIFORM SURFACE AND COMPACT FIRMLY FEATHER TOPSOIL INTO UNDISTURBED AREAS C ALL WORK SHALL BE PERFORMED BY CONTRACTOR'S EMPLOYEES NO WORK SEALE BE PERFORMED CREATING A SMOOTH EVEN TRANSITION SPREAD ADDITIONAL TOPSOIL IN UNDISTURBED MEAS TO BY SUBCONTRACTORS WITHOUT WRITTEN CONSENT OF MANAGEMENT ELIMINATE WATER PONDING STONES LARGER THAN I-DIAMETER SHALL BE REMOVED FROM TURF MFRS — D EMPLOYEES QUEM UNFORMS PROVIDE REGULATIONS ELPEQUIPMONIL ILL BE P ANODISigSEDOOF SITE E CREW MEMBERS WILL OBSERVE Nl OSHA REGULATIONS ALL EQUIPMENT WILL 8E PROPERLY MetIMR11�BRn MAINTAINED b KEPT IN A SNE OPERATING CONDITION N NO CUTTING.FILLING TRENCHING ROOT DISTURBANCE.SOILDIS1JRBINCE DONON CONSTRUCTIONIMPACTS F ALL OEBRIS RESULTING M SEU SROM ANY 8 ALL LANDSCAPE TERI WORK SHALL BE IMMEDUTELY CLEANED UP 6 Pct i'. 1/.101 SHALL OCCUR TO THE TRUNK WITHIN MECRITICAL RWTZONEL.f1LE55 DONE BY RAND. REMOVED FROM SITE USE OFMONSITE DUMPSTER IS PROHIBITED OB.tI.ZO2s G AUDITIONAL PROJECTS LANDSCAPE UPGRADES.ETC WILL BE NEGOTIATED AS NEEDED BeslDnaE MB,EW 211 ONLY CONTAINER(BONN TREES NARY BE PLANTED H POTS OR SIDEWALK PUNTERS AT PROPERTY SEINE!.BE MAINTANED IN ACCORDANCE WI ALL SPECS .WIN Hk .M NOTEDAN—IRRIGATION SHAL L BE MAINTAINED OR HAND WATER AS NEEDED SUBMISSIONS I REVISIONS:. cfq— IW RILL xo ap�povWDAD u LA wn .RN _. _ o.00 NOTRFORCTION LANDSCAPE NOTES -- - AND SCHEWLE a a a a a a A a a a a a a a a a P = a -H a a A a Jo ' �o � a a a a a a a a a a a a a a a 0 a a a a a a a a a s a a a 2 $ ti o ooppp � � ppamapppp � � � � apFp �a ; = � F � ; - gipp Y! xgqppxgmqzq € ;zq] � o p L m 111 D D a m T = _ 111 111 111 p L m D �m F nmm y 2 C p "p Dtiy 9"p p� .OAA "yL IiiL Uyy1 y�y 1'93 yD" "y SpI y" 9yi C Byyt � 0 0 0 0 0 0 0 0 0 o ki o 0 y�0 0 -1 TI a f ; a o a a a TI - a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a s a a a a a a a < mmm nim = _ 88 S SmoS $ � 1SSB000000SSoo .n MO is Tim. A A A D A A A A D A D A A A A D A A A A A 2 x x is a a $ b a o ; a ; a a s = a o = a = a � ]D a i n n n n m m n n n n n i m 11 m m m o n n � lo < < ; s i i i i i ; i a i F i i i i i i m i a i i i < i < ; ; E i i e i = m � i° ; - � mo � � mus"� - � � . mBt � ma � om � m � ; o ; a � ; - � WW � mm � � m o 0 0 0 0 N o v o o m o o v o o o v o 0 n X X �i Y7 a a a o a a a o = a a a 1-1-1-1-1; a a a a 9 a a a a a a a a a 9 a a a 9 a o a = a = a a a a a A < o n n n o o m m m = n m m m m o o m ° $ _ o m n n i s i i [ i dluum > � m � g � £ � x I =1 iF1 .4 =s .1"�• ; aaa v v vaavV VOa 9Aaa 9 � _ = a < a3 It E 9 9 { n n n n n n n n n s E ! ! ■a[I a mmmm A AA n $ C A 11. y v o 0 0 v o 0 o J o 0 0 n p�� 33A A j C J n O Z e4 LAKE CREEK TRAIL ROUND ROCK WEST TO CENTENNIAL PLAZA Q 3osa 8 ROUND ROCK, T% 7D 664 t�tS U KEY LEGEND ��V1/ 1 NOT ITEMS LISTED REFINCLUERENCE FOR CONTRACTOR stw'O SHEC, CONVENIENCE AND CONTRACTOR SHALL VERIFY a..> C, L, ASSOCIATED QUANTITIES. "•^•^•'•"'_*"""' SYM DESCRIPTION CITY _ o n Q� Q e �x c M41 SI CONCRETE TRAILW12 CLEAR BOTH - ---- 1 J IUCD CRETEREF IL 112-TINGSI-LK TO REMAIN 1eOk e+� D n a 4 1 i _ �O t HAG ZERO WASTE USA,THE GLADIATOR DDG ,FA LJ r + O° V TE STATION W ROLL BAG SYSTEM; Copp \�✓���� JJS126GREEN,TYP. ��`/�� HM IT PA SALT FINISH CONCRETE BAND W Sp SF O O dQ �> _ D I L a 0 ,-P fix• 12•PATTERN SCORE JOINTS,REF.CIVIL O R�` U' V io _ FOR TO PU RK DETA N CITYAL ROUND =M1 u L(J1 V ROCKTO WRCIIABEAS.INSTALL. HUS HEAW SALT/LIGHT BROOM FINISH&DMK 2,1558F ❑ STAIN,COLOR'CDR TEN CIVIL FON FLATWORK DETAILSSH'REF. n m H4IS N LL W TRAILHEAD SIGNAGE.REF.DTL LLA5.01,REF.CIVIL °IVI1Mpinw: - __ nam NrK,..ar. H-0)LIMESTONE BLOCK SEAT,TYP.REF,DTL l FA s°.r• SITE WALL.NP.REF.CNIL O H-09 B BNCHAPPROVEDEQUAL _ REF. SITE FURNISHINGSCHEDULE & SM 0 M-10 TRASHRECEPTACLEORAPPROVED EQUALUVREF.SITE FURNISHING LE H-11 CONCRETE SIWOTO TIE INTOEKISTINO 41LF BAND IN AMPHITHEATER.CONTRACTOR TO FIELD LOCATE_. - --_ �1 ,,..pp a Q O \ _ H-12 E STRIPING TRACT TO OFIELD LOCATE ALONG C\Rfr✓�' EDGE OF EMSTING PAVEMENT TO Li 1-3 `'\ M - Q� PMKING LOT SIDEWALK f1 ry�6 1�u`-✓ 4 ° �S '1 SAY' ___} ! 1\ L 1 y�LIMESTONE EGGING TYP REF.DTL 195 LF CITY OF ROUND ROCK Uul! LY L-02 REVEGETATON S ON BOTH SIDES OF vl.ogee r°aa ; REMOTRAIL:EEBRIS DPRIOR TO SEEDING, TO CURL 21e tel' O REMOVED INA TOSEE AREAS PROPOSEDINALL SLOPES GREATER THAN 4 SLOPES W TEMPORARY IRRIGATION — LLI nn --pp V H O V W 0 , cc VY W ° x M w a �2W Q Q, Y z c7� $ ° o ¢ 0. b oq 2/r38 V bi� ��. � •p o o � 12000 QG�Q° Q•'�G� Q ` Q� ��" 4��. ��� Pane o ae1° 0 ,22�2J ko°c.j. SUBMISSIONS I REVISIONS. .Vo ws r c oeI q6 LA1.00 pa O D dQ \ e NOT°FOR CUNSTRUC I IUN ovEHnu • KEYLEGEND studio NOTE ITEMS LISTED SELON REFERENCE ALL 1.ANpBCAPE studio lb;N ALT. Y SHEETS OUMTITIE9 ME INCLUDED FOR CONTRACTOR 11�`'l! CONVENIENCE AND CONTRACTOR .HALL VERIFY 1-2 _ , ASSCCNTEDOUMTITIEB /!rL LA201 - _ - , SYM DESCRIPTION Ott Y -r _ _._ HOt I0CONCRETE RAIL W 2'CLEARBOTH 4 i a' SIMS.REF CML _ Hd2 EAGTING SIDEWALK TO REMAIN y Y' _% A`- - �Y+1 ,. I +...; . HA]ZERO VMSTE USA.THE GLADIATORDOG t EA ..,b`_fit_ WW WASTE STATOR ROLL BAC SYSTEM RR '� JJ812BOREEN.TYP •• , HHB TRAILHEAD SIGNAGE.R EF.DTL BLA501. REF CIVIL FOR VRALL DETAIL ' /^ �? J I _ __ J�• , N.OB 6 SENCH W CONCRETE PAD,M IAO SF AFFU RNISE{ NGSCHEDULE EF SIT LASW m'T ^•VJIt RAC CONTTOR TO STAKE LOCATIONS IN , ( THE FIELD FOR LANDSCAPE ARCHITECTS 10 TRASH RECEPTACLE OR APPROVED "T., • Y '-~'- ,��-_rw- --�yj[ _ � •' ` EQUAL.TYP REF SITE FURNISHING SCHEDULE&LAS 02 CONTRACTOR TO -0 'A. STAKE—ATIONIS IN THE FIELD FOR Yj i17 y LMDSLAPEMCHECTSAPPROVAL �rVtiww / _ `.nA. •__ �� r29i H.1N EX�SON JOINTSITTYP REF DTL �' �. • twI H-15 CONTROL JOINTS TVP REF DTL 71lA501 ON BOTH SI REGETATON.5' DES OF TRAIL.DEBRIS LARGER THAN t'TO SE EV '/� w• ` --_�J sq REMOVES IN RIOR TO EDING CURLEX I4 •�/, GREATER THAN ALL 31.E MEAS GREATER THAN I 1 SLOPES W ' TEMFORMY IRRIGATIOx ADD ALTERNATE t -- Md1 1 FA A TERN INISH CONCRETE SSCORE JOINTS.REFC.W FOR FLATVIORK DETAILS TO MATCH pI'DFR�p— ® BRUSITYAL CREEK ILGHT MOCI D N•H NM STAN OCOR'HT BROOM FINISH 6 DARN 2 07 SF agYai�1FAY ' STAN FON LOR'('.ORKDE TEN FINISH TO A •lli iiAbY CML FOR fUTWORK pETARS TO MATCH BRUSHY CREEK TRAILHEAD L-0t LIMESTONE EDGING TYP REF DTL ISS IF — _AS 01 TREE LEGEND ...) MONARCH REE J ' , 6 r SAVED TREE -, REMOVED TREE JNNN GENERAL LANDSCAPE NOTES ► n IMx AFOOT CLEAR SPACE SHALL BE MAINi,VxED MWNO Y V r 4., .- _. - _ �nt_t , n 2 CONTRACTOR TOE ER SE EXTREME CATHE CIRCUMFERENCE OF THE FIRE UTION NMEN Uj N-ARCH TREES AND THAT ANY Icy -- _- _ O Y ■-'_r TRIMMING�LIMBS Of DESIGNATED REE. ~V p 'L MUST REQUIRE AN ARBORIST AND IANOSCME F I� �� f , m ARCHITECT ONSITE PRIOR TO MY NORK PERFORMED IN o _ \ (/2 KEY MAP IS Y o fn o m .S • 'Q'TIT�• Ha _. —y. LA1 ax LAIa I LAI ae LW/ a -1� _ __ _�•�"`_-_�®.�. --__-- __ -- yam. ■ �� - t"5+'��d i D R, . . LAID1 ` LAIOS LAID] 2475 L 40T ® �� n r PIPNCI F 14101 G4 OS t 22027 viF h,cc M 9UBMI98ONSIREVISONS cNCLFO A" Po.a CONTRACTOR TO MWDE MOCR-UP FOR LANDSCAPE wN ' • LAI.01 ARCHITECTS APPROVAL DN M ALL HDBCAPE w ' MATERIALS. NOT LIMITED TO FIATW'RIK. —S. of rim VENEERS,FENCES.ETC.ANY YWRK DONE PRIOR TO ' NOT FOR l_,ONSTRUCTInN .AHLUCAPE vLnN. APPROVAL MAY SE SUBJECT FOR REMOVAL AT NO COST TO CNNER KEYLEGEND ..y NOTE:ITEMS LISTED BELOW REFERENCE ALL LANDSCAPE stalk)lb-IgY SHEETS.OUARTITIES ARE INCLUDED FON CONTRACTOR CONVENIENCE AND CONTRACTOR SHALL VERIFY ASSOCIATEDOUANTITIES. SYM DESCRIPTKK OTY H-01 10'CONCRETE TRAIL W 2'CLEAR BOTH SIDES.REF.CML •`. ' H-09 SBENCHWCONCRETEPAD,OR wO eF APPROVED EQUAL,TYP.REF.SITE FURNISHING SCHEDULE 8 LA5.02. CONTRACTOR TO STAKE LOCATIONS IN THE FIELD FOR IANDSCAPE ARCHITECTS e '• _ _ APPROVAL. •' d / , LL02 REVEGETATION.5 ON BOTH SIDES OF TRAIL.DEBRIS LARGER THAN 1'TO BE M REMOVEDPRIOR TO SEEDING.CURLEX PROPOSEDIN ALL REVEG.AREAS d = ONE THAN e.1 SLOPES W �• Xpt py�Q'pw r TEMRARY IRRIGATION Jpt� • Z ADD PO ALTERNATE 3 r �., 1 O = t .' — ___ ro - m HM HEAW SALT FINISH CONCRETE FWD W 505 BF dNl °ems. 12-PATTERNS REJOINTB.REF.CML FOR FLATVYDRK DETAILS,TO MATCH MUSHY CREEK TRAILHEAD. -7d� r, e' �..'� _-- t�NOa-• _ H-05 HEAW SALTILIGHT BROOM FINISH S DARK 2,WO SF MnNe.w.an •� - _ .�•.•-•+�"` -� - STAIN COLOR:'CORTEN FINISH'REF. "-O �' •� .�• _ -- r .. - - -�ti .Pre'S�•'L ` ;.• TO MATCH MUSHYOA H Ll 0E BLOCK SEP.REF.DTL 3 EA (1 a yu501 H-14 EXPNSION JOINTS.TYPREF.DTL. 7 01 -- - / HAS CONTROLJOINTS.TYP.REF.DTL 7AM,01 _. a•� \ M/ _a , L-01 LIMESTONE EDGING,TYP.REF.On 195 LF OTY OF FOIND ROCK CONTRACTOR TO PROVIDE MOCK-UP FOR uNOSCAPE Sri Zre Sees ARCHRECT9 APPROVAL GN NA ALL RDSCAPE MATERIALS. NOT LIMITED TO FLATWORK. WALLS. ° VENEERS,FENCES.ETC.ANY WORK DONE PRIOR TO APPROVAL MAY BE SUBJECT FOR REMOVAL AT No ® CAST TO DAMER. TREELEGEND J _ a MONARCH TREE a� SAVED TREE Q REMOVED TREE i rO GENERAL U DSCAPE NOTES 1 A3FO0T CLEARSPACESHALLBELMINTAINEDAROUND THE CIRCUMFERENCE OF THE FIRE HYDRANTS. ~ _ uj 2. CONTRACTOR TO EXERCISE EXTREME CAUTION WIEN p Y LA 2.02 - - ' �__ WORKING AROU N D MONARCH TREES AND THAT ANY TRIMMING OF LIMBS OF DESIGNATE D MONARCH TREES Lu ~p _ MUST REQUIRE AN ARBORIST AND LANDSCAPE R -_�,- ARCHITECT ONSITE PRION TO ANY N KPERFORMED CC w p h - d KEE MAP 3 z .ap — i � a. V •V. % �`•'-'"Hpr.� ' b y - _- -- �- 1102 ,, 11.. wA6 W a 1 Baa ' � ���_���� `T � _ t..�,;. � Baa' — - __ .•� J 5r- u1n1 LA, LAI D5 2.. �..� •, W� 2638 1 Q peroptt F IA 10, aN. 0512.2023 dee%aea H.e.Iw SUBMISSIONS 1 REVISIONS:. cMcked Iw Approved Ee0 11 21 . .a° — LA1.02 - _NOT FOR CONSTRUCTION— uNCGCAPE FiAN KEY LEGEND y • NOTE ITEMS LISTED BELOW REFERENCE ALL LANDSCAPE study / • SHEETS QUANTITIES ME INCLUDED FOR CONTRACTOR �JI"1N CONVENIENCE AND —TRACTOR &HALL VERIFY ' / • ASSOCIATEDQUMTITIES / - • SYM DEBCRIPTION QTY • // HAII 1IT CONCRETE TRAIL W 2 CLEAR BOTH .0 _ SIDES.REF CIVIL B BENCH W CONCRETE PAD.OR -SF V�41 _ APPROVED EQUAL TYF REF BITE ^V` FURNISHINGSCNEWLEA LA502 7• S -"� "" / • S IN THETOR TO STAKE CI FIELD FOR LANDSCAPE ARCHITECTS L 03 REVEGETATION.S ON BOTH SIDES OF 9 l i _ ALT.7 • � \ TRAIL.DEBRIS LARGER THAN,"i0 BE p,•t • MO-E REUOVEDPRIOR iRE EEDINGGM CURLE+ 1 • GRE TER ALL REVEGMEAS / i / A ' //•/•✓ 1 R I UFS ' ' GRE- THAN•I SLOPES W ND` ,I.2 iEMPORARV IRRgAigN - __ - -- j •m LINETYPE LEGEND AOA ALTERNATE T.PRECAST CONCRETE . -- - O ��- • • BOAROLWLK.REF DTL.IKAS 021800 LFI RE • CITIOF MORIX • - • coNTIRRCTOR T FOR LAIINNIKAPE ARCHRECTB APPROVA ON HANDSOME •elT n•eAY • '- E MATERMLVA2 B. NOT LIMITED TO fA ,HMAf LATRK. YMLLS, a e0 rFT4r VENEERS.FENCES.ETC MY 1APORK DONE RNIOR TO - APPROVAL MAY BE BUBIECT FOR REMOVAL AT NO COST TO DINNER N I• • TREELEGEND J ® MONARCH TREE Q a SAVED TREE -A REMOVED TREE 2 u GENERAL LANOSC"t NOTES ti n 1 A]FOOT CLEAN SPICE BNKL BE MAINTAINED MW NID NLN r r THE CIRCUMFERENCE OF THE FIRE HYDRANTS. e•L VYDNKINO ANW NDMONARCH REEB AND TTILAT ANY H W C,Y r TRWN160f lBIM NX DEBgNATED MONARCH TREES W ~p _i1 1 r MET REQUIRE AN AREDRIBT ALIO LMOSCAPE r 11� r ARCHITECT ONaITE PIPHOR TO MY WORK PERFORMED CC G r 4-_i..�_.--T—'-�;` 1 KEY MAP 3 22 _ . • 9UlR V J LAID2 LA,.W LAI OB W C z s� • I1 - r LAI 01 03 LAI 05 W( I1 r ?■ I I \. • . %mom 2,OI � NI» r • I I- ..as r roTiAimo n W tl r I I ..- -.. • Qo - r: OIMNI w,h.cc.M BUBM64gNS I REVISIONS dam! IN r ALT.7 r LA 542 i M., LA1.03 o NOT FOR CONSTRUCTION LANDICAREww NNNRENEE11 " - KEYLEGEND L� -- - •� NOTE.ITEMS LISTED BELOW REFERENCE ALLAP —GSCE Studio N; SHEETS.QUANTITIES ARE INCLUDED FOR CONTRACTOR CONVENIENCE AND CONTRACTOR SHALL VERIFY ASSOCIATED QUANTITIES. • /' �� ��`{ �" - SYM DESCRIPTION OTY �,.•.i.bsi...m H 10CONCRETE TRAIL W T CLEAR BOTH SIDES.REF CML • .:«« i « _ _ ,- - -- HLS 6 BENCH W CONCRETE PAD,OR 2QW W �, - { N APPROVED EQUAL,TYP.REF.SITE Tet "AKS FURNISHING SCHEDULE 6 LA5 02. T y « K�� - ■ CONTRACTOR TO STAKE LOCATORS IN / -•��` - ■ TME FIELD FOR LANDSCAPE MONTECTS RR's - • r: /. D APPROVAL. L42 REVEGETATION;V ON BOTH SIDES OF • �� n TRAIL.DEBRIS LARGER THAN 1•TO BE d+"1M15 REMOVED PRIOR TO SEEDING.CURLER / r PROPOSED IN ALL REVEG.AREAS Z GREATER THAN 4:1 SLOPES W f \ / a•' T m - TEMPORARY IRRIGATION — .� � fl .-• - �.r = clvll YIBIIMR - \ m LINETYPE LEGEND ` i ADD ALTERNATE].PRECAST CONCRETE BOARDAIALN:REF OTL.11LA5 02(500 LF) / UB ALT.7 .. cam/ - ���.. .. l•_ .g.,a .Po.. .. ..r.-... Www.. a. _...w .......... R CITYOFFRWNDROCK CON FACTOR TO PROVIDE MOCK-UP FOR UNDSCAPE �. ' ' - O , ARCHRECTS APPROVAL ON ALL HARDSCAPE p:�2"=7 MATERIALS, NOT LIMITED TO'. FLATVORK. WALLS. VENEERS.FENCES.ETC.ANY WORK DONE P11ION TO — BE SUBJECT FOR REMOVAL AT NO COST TO ONMER. TREELEGEND J ® MONARCH TREE � n SAVED TREE -+ REMOVED TREE Z b Z u { -- GENERAL LANDSCAPE NOTES. f 1 AOFOOT CLEAR SPACE SHALL BE MAINTAINED AROUND Y f CE THE FIRE HYDRANTS ui {■ \ —�` . 2. CONTRACTOR TO EXERCISE EXTREME CAUTION WHEN O y WORKING AROUND MONARCH TREES AND THAT ANY F N 1 \ TRIMMING OF LIMBS OF DESIGNATED MONARCH TREES W p NUB T REQUIRE AN ARBORIST AND LANDSCAPE < ARCHITECT ONSITEPRIORTOANYWORKPERFORMED N KEY E MAP p 3 z O= LA1 02 , LAI W i- I LAI OS z —1.00 _ w v >o, LA1.01 1A1.0] LAI OS 24.M MIS Dr)1 , y P.,_8% 14101 m70fr , !a / \'. ,y. '� �n m w�o aN. 05.12.2023 -_.. ,...It,«,ITA oueMlssaNBREVISION3:: e.e - ® � LA1.04 0 ~ NOT FOR CONSTRUCTION LANDSCAPE PLAN KEYLEGEND NOTE IT EYb LISTED BELOW REFERENCE ALL LANDSCAPE StWb l p O , SHEETS OUMTI AN ME INCLUDED FOR CONTRACTOR COAI�ENWNC4...1.``/ • ASSOCIATED MTI CONTRACTOR SHALL VE0.1FY ASSOCIATED OUANTITIE9 SYM DESCRIPTION OTv J •, •• •• O , "ll R SIDES 11 CN RAIL W I'CLEM BOTH • -_ bt' ( . , H-0B SITE—.TYP REF CIVIL '.My HLN Q BENCH W CONCRETE PAD.OR —F • APPROVED EQUAL,TYP REF SITE �r• 'E , FURNISHING SCHEDULE B LAS.01 CONTRACTOR TO STARE—TIONS IN '•y . • ¢ '` T.;wrH -- THE FIELO FOR LANDSCAPE MCHITECT'e •� ' • ww - APPROVAL A R LM MEADETATION S'ON BOTH SDES OF 0 TRAIL.DEMO LANDER THAN,'TO BE = R EIAOEl PRIOR TO SEEGNG CURLER r • • PROPOSED IN ALL REVEL.MEAS '. ''~•'. . ...:� / I .m." Z GREATER THAN•1 SLOPES W — w• m TEMPORARY IRRIGATION ,_ �•, Ja �m mI ., ... . . . . .. . . .... ...- M1A.•IE�E —rte«=— —""�--_W"-`- _ _ __ �,- _ , . u ; ------ sF; P7 - s CONTRACTOR TO PROVIDE MOCK-UP FOR LANDSCAPE ® AIICHIEcrIAL& APPROVAL O ALL A., —LS exM WTERMS. NOT LETC TO FIATWDEA. WALLS. VENEERS.FENCES,FTC MY NARN DONE PII AT TO COAPINMOVALST TO IMv BE SUNECT FOR REYOVII AT NO CART TOONR,ER TREELEGEND J __ -' ' 1y}':.•. YO 1 TREE 6 • , 7�• SAVED TREE REMOVEDTREE W Y` p . S` GENERAL LANDSCAPE NOTES � /(Cy% (� , A]FOOT CIEM SPACE SHALL BE HPDR NAROUND THE GRCUYFlREMCEW THE PANE HYDRANTS W V~ C ORNHWTOR TO ID EACISE VITRELE CAUTION WHEN NIO11NNq AROUND MONMCH TREES AND THAT MY V TRIIEMINO OF IIYK W DEBIONATED MOMMCH TREES W F f p y MUST REQUIRE AN MEDRIBT AMD LANDSCAPE tT MAP .N g1TE MORMORTO MY Y1pIR PERPO0.YED KE 3 Z Z ; u,M LA,N LAI 08 W QO x t m : F y l✓ `/ `I Y 0 Inas ._ 2E•P+LN-..... _ FPIP N www 1 Mr.LVan.RRo 1•-YIyP - ,a,e ��I/ • / ./ ^ ��_ » 1«ww__ �O r40' 1110, SUBMISSIONS I REVISIONS yP.PwU NW Ei NOT FOR CONSTRUCTION ANDSCAPE P AN KEYLEGEND ^ r NOTE.ITEMS LISTED BELOW REFERENCE ALL LANDSCAPE StUdiO 9 SHEETS.QUANTITIESARE INCLUDED FOR SHCONTRACTOR ANOR CONVENIENCE AND CONTRACTALL VERIFY ASSOCIATED QUANTITIES. . SYM DESCRIPTION OTY .. . ALT.3\ N-01 t0 CONCRETE TRAIL W Y CLEAR BOTH SIDES REF.CML N-0S SITE NNLL,TYP,REF.CNR �,. IA LOf \ H-10 TRAM RECEPTACLE OR APPROVED • •L EQUAL TYP.REF.SITE FURNISHING SCHEDULE d LA5 W.CONTRACTOR TO STAKE LOCATIONS IN THE FIELD FOR r •• _LANDSCAPE ARCHITECTS APPROVAL__ •'A' L-02 REVEGETATION.5'ON BOTH SIDES OF TRNL,DEBRIS LARGER THAN V TO BE REMOVED PRIOR TO SEEDING.CURLEX H PROPOSEDINALLREVEG,AREAS `.:....,,...:. 1 I ' GREATER THAN 4.1 SLOPES W ......_<._...... ., TEMPORMY IRRIOATCH �•' ADD ALTERNATE 3: GHI•n1811Iwr:: (•^oT� XM HEAWSALT FINISH MINTS,TEBANDW 3855E12- •�•w.HP•�� O • v / FOR FLAERN SCOREMINTS,O REF.CIVIL •^ • ta. R �' rx is t« FORFLATYAEK DETAILS.TO MATCH etr lw Is.s BRUSHY CREEK TRAILHEAD. _ •I.nV.•�am^ H-05 HEAVYMLTAMHT BROOM FINISH 6 DARK 2,070 SF • ` STAIN COLOR.YAM TEN FINISH.REF CML FOR FLATWORM DETAILS.TO MATCH Ia V BRUSHY CREEK TRAILHEAD. ;may >W ————————I H-OS WALL W TRAILHEAD SIGNAGE REF.DTL W LF - J µ ­A5.01,REF.CNIL FOR WALL DETAIL H-11 CONCRETE BM D TO TIE INTO EAISTINO 57 LF BAND IN AMPHITHEATER CONTRACTOR TO FIEL•t , �. - 5'W LOCATE. H-12 5'WOE BIKE LMEG � CONTRKTOR TO FIELD FIELD L LOCATE ALONG —� IEDGE OF EXISTING PAVEMENT TOWALRIMNf:: PARKING LOT SIDEK. H-13 CONCRETE SIDEWALK,REF.CNIL �SF CTYOFFROUNDROCK H-14 EXPANSION JOINTS,TYP.REF.DTL. �,•'y n 711LA5.01 o stI31055M H-15 CONTROL JOINTS.TYP.REF.pTL.7RA4.01 P Sr22.s5L1 = \ R ! TREELEGEND J '. 'A�"^'��N`-—'� • _MONARCH TREE a '•_-- 2. NSY 1 SAVED TR EE II H A, REMOVED TREE � l • GENERAL LANDSCAPE NOTES. w m w 1 A3FOOT CLEMSPACESHALLBEWINTAINEDAROUND ~ F • THE CIRCUMFERENCE OF THE FIRE HYDRANTS. J/ 2 CONTRACTOR TO EXERCISE EXTREME CAUTION WHEN uj O y ® \\�' • WORKING AROUND MONARCH TREES AND THAT MY F V TRIMMING OF LIMBS OF DESIGNATED MONARCH TREES W Cl MUSTREOUIRE MARBORISTANDLANDSCAPE R ARCHITECT ONSITE PRIOR TO ANY YARN PERFORMED N SKF MAP V 3 > y = O o= ut.o2 � u1.oa Lu os W z V� Q ° J u1 ON LAI 03 LAI o5 24.38 2 0, 1� sMAt iMommOon �H proNci0 t/.101 am05.122023 _'a_ e•e,pY SUBMISSIONS I REVISIONS': �F,ee e CONTRACTOR TO PROVIDE MCCK-UP FOR lMDlCAPE — -— I ��•O MCHITECTS APPROVAL ON ALL MARDSCAPE L b MATERIALS, NOT LIMITED TO FIATWONF. WALLS, VENEERS,FENCES,ETC.ANY WORK DONE PRIOR TO NOT FOR-(;ONaTRUCTION LAN—APE PLAN MPRWAL MAY BE SUBJECT FOR REMOVAL AT W COSCOINER T TO COINER. .� __— _--_-__.�.d....e.w.......,.... . I j KEYLEGEND � O ROTE ITEMS LISTED BELOW REFERENCE—LANDSCAPE CI p, WARTS QUANTITIES ME INCLUDED FOR CONTRACTORStVdiO _n IY _0 CONVENIENCE AND CONTRALTO SNAIL VERIFY ' A-0BOCWTEO OVMTRIES ® SYM DESCRIPTION CITY ..n +y`• IF tTr —ERN n W Il PATTE NSCOREClO1 CTS RECl— DV Cl- SOS SF LIIRF°� FOR K DETAILS TO BRUUSNY CT REEK RA—FAD MATCH # a °3 IT 05 SEAW S (LIGHT BROOM FINISH 6 DARK 3 U)0 SF EN FINISH-REF CV NFOR FIATWORKTDETNLS TO MATCH +FF I� • r r BNUSITY CREEK iRNLHEAD ¢ H IA EXPM SIGN HINTS TVP REF DTL yr+l 15 CONTROL(DINTS TYP REF DTL 7ILAS01 P 1' LIMUEASUTONE EDGING.TVP REF DTL 1p5LI R17d '4 E.w�. I A PLANT SCHEDULE ORNAMENTAL TREES COMMON I BOTANICAL NAME // I • ' YAUPON HOLLY '•' »" ILEX VOMITORIA SHRUBS COMMON(BOTANICAL NAME Ip. I -14 GULF MUHLY II i f MUHLENBERGIA CAPILLARIS II I I 14 ME%ICAN FEATHERGRASS I IF STIPA TENUISSIMA �.I wlrr TEXA5 LANTANA rrc ucY.. LANTANA HORRIDA ROSEMARY ' ROSMARINUS OFFICIW1L15 REDYUCCA ALT. 1 TRAILHEAD @ ROUND ROCK WEST BLVD.LAYOUT PLAN 2 ALT. 1:TRAILHEAD ROUND ROCK WEST BLVD.LANDSCAPE PLAN HESPERALOEPARVIFLORA � - - x:Kk r•1V SPINELESS PRICKLY PEAR J OPUNTIA ELLISIANA Q TAASTLEAF YUCCA n YUCCA RUPICOLA LOW GROUND COMMON I BOTANICAL NAME c COVERT Z SIPONVFOOT W u DICLVERMONORA ARGENTEA c i � n GROUND CO_._.VERSI___._:... Y Z x COMMON/BOTANICAL NAME NATIVE SEED NATIVE TRAIL W MI% O Y W o GRANITE GRAVEL MULCH N¢ GRANITE GRAVEL u O Z BERMUDA GRASS V Y O CYNODON DACTULON u O O¢ W ¢ 0 Y = TREELEGEND Q o J • MONARCH REE SAVED TREE CONTRACTOR TO PROVIDE MOCKUP FOR IND APE ARCHITECT'S APPROVAL ON ALL HARDSCAPE MATERIALS HOT LIMITED TO F__.K WALLS MwYormAoon REMOVED TREE VE VEERS.FENCES.ETC ANY NARK DONE PR IO TO i101 APPROVAL MAY BE SUBJECT FON REMOVAL AT NO °1OR°IF I GENERAL LANDSCAPE NOTES COST TO OWNER 4 OS 12bM33 USW ma R 1 A J FCOT CLEAR SPACE SHALL BE MAINTAINED AROUND wA rX b THE CIRCUMFERENCE OF THE FIRE HYDRANTS SUBMISSIONS I REVISIONS R' bo } CONTRTOR NGARM MCNASEEXTRES AND THAT WHEN aIHm�F .n Mr ww.rwa� ww WORMNGMWNOMONMCHTREED—ARA.ARV wwaHL m I wnowRFaMLr TRIMMING UI UMBS OF DESIGNATED MONARCH TREES MUST REIT ON AN MBOIST NYWOI-ANDSCME PER w.I lu l MEi+N I ^2.01 ARCHITECT ON-SITE PRIG TO ARYMARK PERFORMED °� II r No LJ-� NOTES NOT FOR CONSTRUCTION ENLARGEMENT PIAN I ALL PROPOSED AREAS ON ENWiGEMENT SHEETS TO BE CONSIDERED PART OF ALTERNATE 13 - KEY LEGEND ��. _ _ - NOTE.ITEMS LISTED BELOW REFERENCE ALL LANDSCAPE StL)dIo N - SHEETS.QUANTITIES ARE INCLUDED FOR CONTRACTOR 1�7 O CONVENIENCE AND CONTRACTOR SHALL VERIFY' ASSOCIATED QUANTITIES. SYM DESCRIPTION OTV r W nr W,eew ADD ALTERNATE 2. H-G HEAW SALT FINISH CONCRETE B/WD W 5008E 1T PATTERN SCO RE JOINTS,REF.CML FOR FLATM.ORK DETAILS.TO MATCH BRUSHY CREEK TRAILHEAD. H-05 HEAVY SALTILIGHT BROOM FINISH&DARK 2.070 IF STAIN,COLOR.-Cdi-TEN FINISH,'REF. ' IS t ++ L-0T CIVIL FOR FLATWORK DETAILS.TO MATCH Jd �ar RIOJF e t t _BRUSHY CR EEK TRAILHEAD. -F 1H0'7 LIMESTONE BLOCK BEAT,TYP,0.EF.DTL 3E t vLAs.ot .• '/' H-14 EXPANSION JOINTS,TYP.REF.DTL aw+""^u•<ew w.r A rtl r rl,-. 1 r t t r + r�. - 71LA5.01 _ .we.`...".�.. me.w.... H-15 CONTROL.10111M.T ..REF.DTL 7AASM — • � Q- - RIYM�IdelaaL::eeee� b qP PLANT SCHEDULE WF rs rrRr ORNAMENTAL TREES COMMON/BOTANICAL NAME YAUPON HOLLY ILEX VOMITORIA OD L-01 SHRUBS "✓/ COMMON/BOTANICAL NAME QGULF MUHLY MUHLENBERGIA CAPILLARI eac ex Lx :-� S _ _ _ __ _ _ _- _.__ ____ __ . _ '.MEXICAN FEATHERGRASS '--- ---- 'STIPA TEND SSIMA \ .TEXAS LANTANACITY�oyRwrvD RocK --� � � LANTANA MORRIDA moi.eAw.e...ws ROSEMARY O ROSMARINUS OFFICINALIS n su nessee RED YUCCA ALT.2:TRAILHEAD(a?CHISHOLM TRAIL LAYOUT PLAN ALT.2:TRAILHEAD(a)CHISHOLM TRAIL PLANTING PLAN HESPERALOEPARVIFLDRA I --- sr1 F.1>•1D L — xME:wa SPINELESS PRICKLY PEAR J < + OPUNTIA ELLISIANA TNASTLFAF YUCCA Q a YUCCA RUPICOLA J LOW GROUND COMMON/BOTANICAL NAME — COVERS = SILVER PONYFOOT IZie DICHONDRA ARGENTEA " i 2 K GROUND COVERS COMMON/BOTANICAL NAME v NATIVE SEED:NATIVE TRAIL W O x IMIX W r 0 GRANITE GRAVEL MULCH CC W GRANITE GRAVEL ; O _ lJ BERMUDA GRASS O CYNODON DACTVLDN �a W O Y TREELEGEND Q m SMONARCH TREE BAVEDTREE CONTRACTOR TO PROVIDE MOCK-UP FOR LANDSCAPE ARCHITECT'S APPROVAL ON ALL HARDSCAPE Ireal irdo.maoo^ REMOVED TREE MATERIALS. NOT LIMITED TO: FLATWORK. WALLS. VENEERS,FENCES,ETC.ANY WORK DONE PRIOR TO Project&. 14.101 GENERAL LANDSCAPE NOTES: APPROVAL MAY BE SUBJECT FOR REMOVAL AT NO dab 2.2023 COST TO OWNER. Eaapnad 051nan,N+ 1. A3FOOT CLEM SPACE SHALL BE MAINTAINED AROUND THE CIRCUMFERENCE OF THE FIRE HYDRANTS. SUBMISSIONS I REVISIONS:'. cM— M' 2 CONTRACTOR TO EXERCISE EXTREME CAUTION—EN - . . as ­—d OSE WORKING AROUND MONARCH TREES AND THAT ANY wwm.e co . aentw — TRIMMING OF LIMBS OF DESIGNATED MONARCH TREES MUST REQUIREANARBORISTMDLANDSCAPE o.zs zozz cweca . I..��.0� ARCHITECT OH$ITE PRIOR TO ANV WORK PERFORMED. ' �� NOTES >@> NOT FORCONSTRUCTIONEMARGEMEM PLAN 1. ALL PROPOSED AREAS ON ENLARGEMENT SHEETS TO BE CONSIDERED PART OF ALTERNATE I-3. LLL.�� KEYLEGEND NOTE ITEMS LISTED BELOW REFERENCE ALL LARDSCAPE �� SHEETS QUANTITIES ARE IMCIU DED FOR CONTRACT" 1`Y! CONVENIENCE AND CONTRACTOR SHALL VERIFY ASSOCIATED QUANTITIES BYM DESCRIITION OTV Y~� ~•= ADD ALTERNATE S MLI HEAVYSALT FINISH CONCRETE SA110 W SBS SF ITPATTERN SCONE JOINTS.REF CIVIL ✓ !Ly FORFLATNgRNDETAILS TO MATCH AV "MUSHY CREEK TRAILHEAD 11115 HEAVY SALTILIGHT BROOM FINISH 6 DARK 2 07 SF _ STAIN.COLOR--EN FINISH'REF CIVIL FOR FLATNORK DETAILS TO MATCH �Z+ BRUSHY CREEK TRAILHEAD _ VVALL W TRAILHEAD SIGNAGE,REF DTL 50 LF dT STT &LAS 01.REF CIVIL FOR NMLL DETAIL Hill CONCRETE BAND TO TIE INTO EXISTING 57 LF -_ SAND IN AMPHITHEATER CONTRACTOR TO --- FIELD LOCALE --'--- - -_-. H 13 S'WOE BIKE MANE STRIPING nI+VrBIr1Fn CON TRACTOR TO FIELD LOCATEALONG EDGE OF EXISTING PAVEMENT TO KING LOT SIDEKICK -- H-IS CONCRETE SIDEV—K.REF Cl- KS SF —4 EXPANSION JOINTS TVP REF DTL ALAS 01 CONTROL JOINTS TYP REF DTL T!.AS 01 �- WA r r b PLANT SCHEDULE \ r 4 ORNAMENTAL TREES COMMON I BOTANICAL NAME 0YAUPON HOLLY C \ EX VOMITORIA Nom. w It SHRUBS COMMON/BOTANICAL NAME P – GULF MUHLY MUHI.ENBERGIA CAPILLARIS MEXICAN FEATMERGRASS STIPA TENUISSIMA -�� TEXAS LANTANA LANTANA HORRIDA J -15 ROSEMARY w ROSMARINUS OFfICINALIS � n REDYUCCA HESPERALOE PARVIFLORA z +P SPINELESS PRICKLY PEAR ALT.3:TRAILHEAD CENTENNIAL PLAZA LAYOUT PLAN OPUNTIAELUSIANA W m SCALE"A7 Y uFZi % TWIISTLEAF YUCCA YUCCA RUPICOLA W•+E vJ O x LOW GROUND COMMON/BOTANICAL NAME W `' COVERS D II {I Ii SILVER PONYFOOT 'w VIIIIIIII If DICHONDRA ARGENTEA O Yfll !! 3 z GROUND COVERS COMMON/BOTANICAL NAME �p NATIVE SEED NATIVE TRAIL O Ic mix W x Y o GRANITE GRAVEL MULCH z GRANITE GRAVEL TREELEGEND Q o BERMUDA GRASS CYNODON DACTYLON K-j • MONARCH TREE SAVED TREE CONTRACTOR TO PROVIDE MOCK-UP FOR LANDSCAPE — ARCHITECTS APPILOVAL ON ALL NMDSLAPE IMormFYon REMOVED TREE MATERIALS. NOT LIMITED TO FLATWORM. "'A"'VENEERS.FENCES.ETC ANY WORK DONE PRICIA TO oropn F GENERAL LANDSCAPE NOTES APPRWAL MAY BE SUBJECT FOR REMOVAL AT NO N 0511101"5 COST TO OWNER o+agma 1. A S FOOT CLEAR SPACE SHALL BE MAINTAINED AROUND THE CIRCUMFERENCE OF THE FIRE HYDRANTS SUBIALSSK)NS I REVISIONS e-cvAo 3 CONTRACTOR TO EXERCISE EXTREME CAUTION MIEN r r • ww +Ppo.Ac VIORKINGAROUND MONARCH TREES AND THAT ANY TRIMMING OF LIMBS OF DESIGNATED MONARCH TREES MUST REQUIRE AN ARBORIST ANDIANDSCAPE rai[K-ET ARCHITECT ON SITE PRICQ TOANYVgRK PERFORMED I 2.03 NOTES mH n NOT FOR CONSTRUCTION E—RGEm—P AN 1 ALL PROPOSED AREAS ON ENWiGEMENT SHEETS TO SE CONSIDERED PART OF ALTERNATE I-J - �'--" r---- r----' p.""" 11111'RRw" owwww" In'" "I"NR" qw"" -'1 ---, APPROVED TREE THE SYSTEM(SEE NOTES) NOTES OLOOPSHALLBEUTHEDIAMETEROFTRLMKIN .�Y..�Ii�If.�fA�• I RCOTBALL SIZE SHILL CONFORM TO THE ISL5 AMERICAN ASSCOIATION ORDER TO PREVENT SOARING.CUTTING,GIRDLING. studio R!N OF NWSERYMEN STANDARDS UNLESS OTHERWISE NOTEU OR OTHER DAMAGE TO TREE 2 USE THREE STAPES ON ALL TREES STEEL STUDDED FENCE POSTSTLOS ST FADE BRANC ] VED iIE SYSTEM SMNI BE LOUTED ABOVF LME BOiiOM (DSTEEL FROM TREE MI BRA NC I (D IPPRNOVED TREE THE SYSTEM(SEE NOTES) Q EDGE OF TREE PT ay lyi O O TREE TRUM( 2 — O SHOOED STEEL FENCE POST D Q'CTORTOLB'MIN ROOTFWR 12 UNCOVERED BY MULCH SpI.AND PtP14i1NG MIX �IFey 0 STOP OF ROOT ORGAN 2'ABOW FINISH yr%M1p 7 13 (1 EXCAVATE HOLE V ROOT BALL DIAMETER Qi ADYCENi iURf AREA w=;,�.v !', a Y J'- IEN3R DR IHBEiLTNN UP TO In OF BRANCHES LIMESTONE BLOC%M01V CURB S' Nl Q 11 QRETNMOINTIWLSIYPEa TREE DONOT O©WIDTH a DEPM LENGTH VARIES Aq 3 \\ 15 1B LEAVE STIRS SET I-AB,FINNISH LPADE d.AIXNq N;: `• p Ni1011E01E SYSTEMADOVETHEFFSTIPANCH 1 Qi PNISHCFADE ®STALE ALLTREES USING META STMESS PER TREE ADVCENTPLANTINGMDW NOT BKAIL ROOT BALL IF ROOT BALL f 1' AORANTINGMI%REMOVE BURLAP FROM TOP CF ROOT BALL I 75ARDLEVELINGRAM O LINESTONEGIIARRY AL3r MACH LAYER AS SPECIFIED t7-f UNIESTONEBLCON M(M'CURBB' BLOCKAPPROXYTO WIDTHS DEPTH LENGTHVMIESDIIENSMINS ME17 O f M SAtER ARGUING PLANTING PT 7 r SET I'N30VEFINISMOMDE TALL.21'1NDENp V' p ROUGEt1�ACETOIM'R1vE ROOT -1 r.,'- OCOMWiCTED SL9CNDE BLLOKRSRCOGHCTTUL MCRTM NTS OTHER SIDES.SEATNNG (2)MDXGVATEDSCILAND 5DMPVNTMGSCIL MIX .. MPROwIMTELYI-WRITH.USE SUFFICE TO BE LEVEL v v OWGARIT SMG 00THEDOF Q FNlISHGVDEIPIANTWG MH]STAPES PER TREE PANTED BLAG STEEL M] STARE 3 LARGEST STEMS W WE SINGLE TRUNK TREE PLANTING AND STAKING 8FINISHGADE �ZLIMESTONE EDGING C QUARRY BLOCK SEAT CIT—RCUNDRocK 7 SCA E NTS SCALE A'•I'q FJ ]CNE yL,I'O w eqa a.a rw CCNTRACTCR TO LEAVES'MN ROOT FLAIR GIs x ne ewe 3 RNI O UNCOVERED BY MULCH SOIL AND RMNTING- Q EXCAVATE HOLE 2X ROOT BALL DAIETFR .. NEVER CUT LEADER—N UP LOIAOF BRANCHES A O RETANNGNATURA SHAPE OL iRF.E.WWI LEAVE STUBS 5 13 QATTACH GUY WE S HOSE ABOVE FIRST BRANCH N g QSTAILEAL OFFICOEESULSINGMENA BOISFI PER TR 11 Q PNMWNTE0IG'CCil1EN j RACE IOPOF ROOT CRANI Y ABOVE FINISH STEEL AE<AL 1RNLHEM G 1 7 OGRAADE rq 2 UE7EFEGN NTSTANDOFFS.f B NOTES D0N 13RENLROOT BLL LIFROOTBALLISBRG ROUTED FROMPNL BE $ I TOTALGLPERINLHES OFA GRANT WILL BE REECTED REMOVE BURMf ROUTED FROM PNIEl < r TOPOFROOTB41 OTSTONE CAPWIMMICHOi z N B MULTIPLE TRONL WEIS - V� -- PHSQIYOOM TOMATCH CALCLXATED ASFOLLONS AW OF 7 MULCH LAYER AS SPECIFIED 1 I'q 3 EXISTING S TONEGP AT Z u 1g ME CALIPER MCIES OF THE CENTENNIAL PAUL U f ^ LARCESTTRONK TO HALFGF THE 01'HT SAGER AROUND PIAATING PT r _ K CR EKT AIL " Y Z \ �v CALIPER INCH O EALH Of THE FINISH GRADE — - Q VENEER(BOTH MDESW/urE r f SMALLER TRUMS fd W V \ MORTAR JDNTS.WITH MASONiY 2 ROOTBLLL WI DTH SHOULD BE \� DETERMNED BV THEFOLiQNNG 050F E%GVAIED SOL AND 50R FLINTINGSOL MI TJ PES®%'O C..USE NOR TAR,TO O Y 11 B'CFROOTBALL DIA FOR EACH V HFAW DUTY.METAL STAKE TO BE MANNAL q CENTENN AWTCH TI ,TOTE Ai W H C SECTION_ CALIPER OF WE TRUNK O LONG STALE TO BE Ir BELAY RT IN UNDISTU I'q �C 17 ] ROOTBALLDEPIH ISMIRDSOF SIRGADE ---- --- — A Q OAW MARTHERS CPEEJ( ME DIAMETER ON BY CAPERS ;_ LICE HOSE GUARDS TOfETNER VATN SINGIE WI STAY NOTE Q Sx3l PANEL CENTER LOGMIN MN 3 STAPES PER TREE PLANTED BLACK STEEL AU 6 COMPACTOR TO PROADE OIIWALL PER PLCO Y C O STME 3 LARGEST STEALS ON TREE SHIDPDRAW GSI.FOR'WPR°VA w MULTI-STEM TREE PLANTING AND STAKING STANDARD WALL W/TRAILHEAD SIGNAGE 2 SCALE NTS V Y Z IQ AUMCENT HARDSCAPE 2 (D GRASSES(M SPECIFIED PER RAN) C 3 Q SHRUB VG SPECIFIED PER PLAN) J 4 S MULCH AS SPECIFIED.SUBSURFACE IFRIGM]N t�D S Q TO BE COMPLETELY COVERED BY MACH n I X A ASPHALT EXPANSION JOINT—OC.MAL 1 'OOeWE O LEAVE NO ROOTS EXPOSED 1 2 3 1 7 SEALERWLORSTO HMT OHTRIPAXI)SCONCREEEALOTH�a — � ,1 "_"I orf, rOEPTH PLWIINGbpI YDAS SPECJFEO Ms eel inromnron. 1•�r>(.a ° OSHEET.NOTELI3 01'01 SLP DOYEl tO'LENGTHQ2A'OC Ndlr 714.101 - —"�., eo,K.b 7 GEOTEXTILE FABRIC TO MEET WPM]SDI MIN SLOPE Q F3HORZONT&REBM61f OC.BIN z. B OS.IY2023 /\, /\� + rl.Vrt OO SPEGPGigNS OR APPROVED EOUA f ___ _ 1'CONCWALK,MEDIUM BROOM OR SALT 9 ArE WG.M LWDIstuRBFD DRA SUBDE ----. -- - �`l RRETE NISH PER PLANS Ak .rtI ° SUBAAMSIONSI REVISIONS'.. xe0 MA IYPICN SPACING DAGIAMS QBFD EDGE _ /1 Qi YSIlD W5W01N _ WMr.FwawlMUWv +DPov.E'. p�E B —`l Q cc PcTEO SUBGRADE oA — �SECTION NOTE CONCRETE To BE m PSI MAMA Ot ER ICCUT"NTS RDSCAPE QBE SPACED M FOLLOWS �NOt Yf�w �5eo� AT2 DAYS - Al` Am�MYR SHRUB/GRASS PLANTING EXPANSION JOINT/CONTROL JOINT NQT�FOR�—,W�TRUCTION LANCSCAPE DETAILS NA SCALE NTS SCALE I I'q a..... _.-... PRODUCT SPECIFICATIONS SURFACE MOUNT MOUNTMVG OPTION studb Ib p LfOMLONIRAYIRLCEI.ALLL _-_--- -- ---� EMAP ...___�...... ... e.N.INy..w s SUPERIOR _ ___--- aj � �W��+ 5 SYPERIO .. M�p,V�• r I.w.+awo AN.•a Duwnn e ' Etlffi �� I ILL A�EE6[tl✓®y a RM DOI.w O UE.f Nnt�t a rn» RBEp./R.EO YpOD MNG O L.Y Nlwl. LI IA'.!1/1'd.®I AnY YT NusEl EI OTv OE ROUND RDCA q LL Y).S-.Ooa O I.NIF NLq®A.91[ _N• �e..NW �uMor.IIIC. BEWn .y ,�,y„ D RR SERIES Pl . a Mi-MM, r — J .q .. MAILY z W " 0 NOT USED-REF. W ` o ADDENDUM 7 SHEETS 0 o Y o SECTION .0 rT�r J BIDDING/PRICING ONLY NOTEPREMATRAK OR APPROVED EO INSTALLED PER MANUFACTURERS SPECIFICATIONS p.MNB_ MDT NOTE ITEMS SNOVM ABOVE. OR APPROVED EOUALS G.'. 15.17.2m REFERENCE ALL LANOSCAPE SHEETS E.RBR.E dE.M' ALT.7:PRECAST CONCRETE BOARDWALK SCALE NTS SUBMISSIONSREVIBN)NS. .EO.�.E IN6 LA5.02 » NOT FOR CONSTRUCTION IANDECAPE DETAILS 'FIw"'. r"BB"B �"�� ►� QEOwBBB, �EIwIwIB "E.'BEBA �"'""� "'�'B+ �.II' � "'��\ .E , I�"'B\ '""1 IRRIGATION GENERA,_NOTES SLEEVING COORDINATION NOTESHUMATION SCHEDULE CFJTW41 ANALYSIS studio I" ­T­L­LTCI­­ I IN I I'll =II OF, II====.I IIN I=— I IF—1—­NUFII =.o Z== mT=IX==,_=Mo%T c%ZY,­ ui PN­­ 1 0 M7.,-T,=I' A —1.1—IT. �T _N N_ .... ...... . 11=11 1��11 I"Till 1=1 I IT 1I=1 T ADDITIONINFORMATION AND EQUIPMENT 1NN­TI ==,I: PITTINNwrFN 1.­1 I=A­III M- IN_, IN=1 11 DC I EF El I lF, I'll TlIENEI—.._—­ 1.Z PE EEZE,�l EE.NE__­INNN_._ N­I.— I——T.1—T ET.N.E.ETEII—1—1 1 TA CONSTRUCTION METHODS IT.WI,AL EI ­117M I- T:= T. Y­ M cane ;.I.E.AA—­ N —YTAI­E I c ­E­IIIYl IFI—I El 11 11 IN NNY ­E RE w I I I E`Z=�, :I ._1­e1.,N IIIIIN TO ANY I—r.vw AN CITY OF ROUND ROCK F, IANEL I FIVE NY— I IF ­E. E,N�..... ­lN­I­­l­T­­IIEE0ET— U_�Ir C�S �ZIIIT�:6 I III =T:7 N o AU.ElINT �T =F AMIL I—T.—I I...III IU—NA— WITEI T� N� GUARANTEED AMD ACCEPTANCE 11— 11=1 =11 ­lIE weE­4 NLF =Z"S.——IF-I..I.11—E I—YlE.NN1.1.II­IIIN CC Z z awn =r=z z I=_ CITY OF ROUND ROCK BACKFIU AND COMPACTION NOTES T, Z x 11 All IT:1.11� MCI I I= v LLI ftl 1.FL:l I I I I 11,=III �Nl 1 11 0 . I, LIJ I v MY 1= 0. I Ef— =P'Z EES 1­ r.T7— T= N7 z A= ­­­—INE C,E. awNp EXISTING IRRIGATION NOTES I EF • T F. --IF NEIE-1 I IIIIE ­1 T�BE AMNVENNI 1111111111 IE 1­1111 E­ IN PINU­ ­EN, 'Z" 05 12"20'23 SUBMISSIONS REVISIONS ­­d Pw—dbC lRo.00 —EN...' NOT FOR CONSTRU T1 N IRROMTOMNOTESAD IRRIGATION KEY NOTES s- studio N NOTE IT HAS LISTED BELOW REFERENCE CONTRACTOR COORDINATION REQUIREMENTS ITEMS _ / ARE INCLUDED FOR CORRACTOR CONVENIENCE AND CONTRACTOR SHALL VERIFY ASSOCIATED COORDRUT ON AND NVRN TO BE DINE IRRIGATION EQUIPMENT IS TERALHOWN.VA VES ETC •LG O� C IGAII ALL MAINLINES.LITERALS. R GAUk ETC r� SHALL BE LOCATED WITHIN PLANTING AREAS IRRIGATION MAINLINE AND LATERAL ROUTING AND EQUIPMENT INSTALLATION SHALL BE ADJUSTED TO AVOID CONFLICTS WITH ELECTRI LUTIUTY. .a LIGHTING,DRAIN INLETS,STORM WATER DRAINAGE ; FIXTURES,AND TREE ROOTS CONTRACTOR SHALL COORDINATE WITH OTHER CONTRACTORS AND THE \ OWTNER'S REPRESENTATIVE DURING LAYOUT OF SYSTEM CONTRACTOR SHALL NOTIFY THE OWNER'S E. REPRESENTATNE OF CONFLICTS UNABLE TO SE \\ AVOIDED AND PROVIDE ADJUSTED LOCATIOIIS OF ANY AND ON AS-BUILT -- A iI OONALLEORTOI TIAL CONTROLLER LLER IN — T` /@`\\\ }O CONTRAROR TO INSTALL ELECTR LER INA METAL _ CABINET AND COORDINATE ELECTRICAL POWER - \ CONTRACTORTOINSTALLALLIRRIGATIONEQUIPMENT \ ,� OJ AND PIPE AWAY FROM EXISTING TREESCRITICAL \ _ N _ \ ROOT ZONE REFER TO CONSTRUCTION METHODS T NOTES 1 T r a RpAND RDOt �:IuElrwaM 4..zes ri� TRAILHEAD ROUND ROCK WEST BLVD.LAYOUT PLAN SGIE.'.Io J Q D. Y =x LU oY W �oQ �o W c V 3 � < _ oW o �L = o Q J P,ol�c1E .IDI DS,T JUJJ a..MlyD.e D.D.W SUBMISSIONS REVISIONS cmc�AD H' APP.- -A-- PP.—A- IRi.oi w NOT FOR CONSTRUCTION IRHBGAnoH ww �.._— �--�.� �� r.�. �...•�. �� IIS NI�.IRR�� FI..II�� ArIIND�IIBB ^*�1 �� ISI, �� ��, ��� BD.�E�+ I�.� studio `1 'NFDIILEO PRE35UFE 20NE AS5EMB�Y IRP2) g WATER CONNECTION TYP. 2 BACKFLOW PREVENTER ASSEMBLIES TYP. j REMOTE CONTROL VALVE(TYP.) 4 WIRELESS SOLAR SYNC SCALE:N.T.S. SCALE:N.T.S. SCALE:N.T.S. SCALE NTS .•••"+•• Q) �W ROOT BALL 6 ( arroF ROUND ROcx waw. � Nn .Me m •:wi�ra R M3fMIM s 5 GEAR DRIVE ROTOR 6 POP-UP SPRAY HEADS 7 BUBBLER ON POP-UP $ IRRIGATION SLEEVING TYP. Q i SCALE:N.T.S. SCALE N.T.S. SCALE:N.T.S- SCALE N.T.S. a C i z•moo W� LV � 11..7 ev... J �., /.�,•�.•.. Z 0 a .4. �r 1r � M• � N o 3Z o Uj v,.o.emeo...r ' .ru.rwu.o�.r Flip1i RNMTdISE • "rm� eel iMorrtveon v.,.r SECTKMLELE ATgx SE OWeIFVATIM ..c.r.e.w°..mv,.an.,r eolede 14101 PIPE THRUST BLOCKING(TYP.) 10 CONTROLLER PIPE&WIRE TRENCHING TYP. a 12 D23 eree�v^.a keeo.iw SCALE:N.T.S. SCALE:N.T.S. SCALE:N.T.S. '^*•moo.^^ SUSM*MNS I REVMNON$:: e.ckeE 1w o , wow,w nrwx +cwe•ea eee IR5.01 NOT—FOR CONSTRU I N i—A—DETAILS r a studio 16:p Mar.a, ar,r a r r"'—'--"i SUBSURFACE DRIPLINE FLUSH POINT DRIP IRR DET.L SCALE N T S �ye O4 u 1 5 DRIP CONTROL ZONE KIT VALVE BOX 6 AIR RELIEF VALVE IN PVC HEADER DRIP IRR DETAIL SCALE.N.T.S. DRIP IRR DETAIL SCALE.N.T.S. 1-7 r .....�,.�,.. Wl o'eauro eoc. ,2 SUB-SURFACE DRIPLINE INDICATOR DRIP IRR DETAIL SCALE N T.S 2•.w.r eee. .wrwir.wr. — ✓ N.awrr.rsw ro ID rw ✓ rwarrrre �� _ J wr�r.rMrowruus.'.' :r�asrnawa.rMuwe.w. ruu.gwwtlr�w •.wiww e��iw. win.wrwtirarAMr rr�iwa��arwmnrm... 1ww. .�nr� .uwwawiw.rwruww w..wl.� C ` r �� naaru roaur..r.saw�wvn Mrrrwrr.ierrr.rcrc��w.a ,... > .. rrumuw..wi.w .n.e wwwrvrMrr.wwnwwwY _ W y r O. W ..0 SUB-SURFACE DRIPLINE CENTER FEED LAYOUT 7 SUB-SURFACE DRIPLINE TYPICAL ODD CURVES LAYOUT .. V 3 z 3 DRIP IRR DETAIL SCALE N T S DRIP IRR DETAIL SCALE NTS r a y O 6 _ `'; err wrwrna W : c " u wr.mM ' 0. ' ► a ....n. T,­ P.P. �p a:. 1.101 0612.]03] dgab. .. ....Mn....a r....wv ""'.ra.......r..�.�..r..M..v 7�; —" - .wrwawrww.w r.as.aw mrwww.wrruwMw:r�uvr w.rw �• ., �' rwwmr 41.x.6 w.h.a.� 9UBMB6pN8111ENa006. ypo ...�... �... rrrwr.... �.;' ..�....., . . w. ..e rwawa..o..wr� ..... ..w�r..ery . ar+.wawunww IR5.02 ��� SUB-SURFACE DRIPLINE PARKING ISLAND WITH TREES 8 SUB-SURFACE DRIPLINE MULTIPLE TREE/SHRUB DETAIL NOT FOR CONSTRUCTION wacergN oeT.rs _.. DRIP IRR DETAIL SCALE-N S. DRIP IRR DETAIL SCALE.N T.S. /� /mow /`...., p.,... rw...sw ►'�"` raw r....q1 r..lw*w .......� ,�.,II� �wn� a.'�1 �� �1 �.� .1'""1 "'�1 �� FP Project 001-4437 E` G"4 Lake Creek Trail Pedestrian Bridge �P(• F� OF �v*�?• •� ''q*CCS DATE: MAY 11, 2023 p•* LUIS ADDENDUM: NO. 1G. CARO C ....................... 1 16830 '�� PROJECT: LAKE CREEK TRAIL � •' /CENSE�•'•***4 ,�J PEDESTRIAN BRIDGE O Fs••.• •, Go ROUND ROCK,TEXAS /ONAL O� PROJECT DATE: APRIL 28,2023 05/11/2023 CIVIL ENGINEER: HAGOOD ENGINEERING ASSOCIATES, INC. ROUND ROCK, TEXAS Z-4 C6� TO: ALL CONTRACT BIDDERS TO WHOM PLANS AND SPECIFICATIONS HAVE BEEN ISSUED. This addendum forms a part of the contract documents of this project.All items in the drawings and specifications referenced herein shall be supplemented and modified as follows: STRUCTURAL SPECIFICATIONS ITEM NO. S1-1 Specification Section 34 80 00—Prefabricated Pedestrian Bridge A) ADD specification section 34 80 00—Prefabricated Bridge to the structural documents. Refer to the specification section issued as part of this addendum. END OF ADDENDUM NO. 1 Page 1 of 1 Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 1 of 13 City of Round Rock Addendum No. 1 SECTION 34 80 00— PREFABRICATED PEDESTRIAN BRIDGE 1.0 GENERAL r 1.1 Scope I These specifications are for fully engineered half through truss (no overhead bracing) bridge of steel construction and shall be regarded as minimum standards for design and fabrication. The work included under this item shall consist of design, fabricating, finishing and transporting the steel truss bridge superstructure including bearings. 1.2 Definitions • Owner Entity who ultimately will own the bridge. t • Engineer Engineering Entity or Firm who will be representing the Owner. • Contractor. Entity who will be installing, and/or purchasing, the bridge. t • Foundation Engineer. Engineering Entity or Firm who will be designing and detailing the foundation system. • Geotechnical Engineer. Engineering Entity or Firm who will be responsible for providing the Geotechnical information necessary to design the foundation system. • Bridge Manufacturer. Firm who will be designing and supplying the bridge in accordance with these Special Provisions. 1.3 Qualified Bridge Manufacturer Each Contractor is required to identify their intended supplier as part of the bid submittal. Qualified Bridge Manufacturers must have at least 5 years of experience fabricating these types of structures and shall have an up to date quality certification by AISC per Section 14.1 of these specifications. All suppliers shall fabricate their product utilizing a modern fabrication facility owned and operated by the Bridge Manufacturer that includes the use of CNC beam drilling machines, no brokers are allowed. I Pre-Approved Bridge Manufacturer: Contech Engineered Solutions LLC 1-800-338-1122 E-mail: info(a)conteches.com Bridge Manufacturers, other than those listed above, may be used provided the Engineer f receives a written request at least 10 days prior to the bid. The written request shall t accompany the following information: • Bridge Manufacturer's Product Literature, • Name and resume of Bridge Manufacturer's design professional who will be signing and sealing the engineering submittals, • Copy of current AISC certification, • Representative copies of detailed drawings, field procedures, calculations, quality control manual, welder's certifications, proof of in-house C.W.I., • Listing of projects including owner, location, size, year of fabrication, contact person, t Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 2 of 13 City of Round Rock Addendum No. 1 • Certification by the Bridge Manufacturer's Design Professional that the bridge proposed will be in accordance with all project development done up to the date of these specifications. The above will be evaluated by the Engineer for accuracy and ability to provide the bridge in accordance with these specifications. Bridge Manufacturers other than those listed above may only be used if the Engineer provides written approval via addendum 5 days prior to the bid. The Engineer's ruling shall be final. 1.4 Bridge Manufacturer's Design Professional and Submittals The Bridge Manufacturer shall have as a direct employee, an engineer who is experienced in bridge design to be in responsible charge of all engineering related task and design. The engineer shall have a minimum of 10 years of experience in bridge design and be a currently licensed civil or structural engineer in the State of Texas and shall be the engineer who will seal and sign the plans. Engineering drawings, 11x17 format, shall be prepared and submitted to the Contractor or Owner for their review after receipt of the order. Submittal drawings shall be unique drawings, prepared to illustrate the specific portion of the bridge being fabricated. All relative design information such as member size, ASTM/AASHTO material specification, dimensions necessary to fabricate and required welding shall be clearly shown on the drawings. Drawings shall have referenced details and sheet numbers. All drawings shall be stamped, signed and dated by the Bridge Manufacturer's Design Professional. Structural calculations for the design of the bridge superstructure shall be prepared by the Bridge Manufacturer and submitted for review after receipt of the order. Calculations shall include complete design, analysis and code checks for the controlling members, connectivity and support conditions, truss stability checks, deck design, deflection checks, bearings and all splices. 2.0 APPLICABLE CODES AND STANDARDS 2.1 Governing Specifications Bridge shall be designed in compliance with the AASHTO LRFD Guide Specifications for the Design of Pedestrian Bridges, 2009 (AASHTO Pec). Calculations shall be in accordance with this document, and formulas shall reference the appropriate sections. 2.2 Other Reference Codes, Specifications and Standards • AASHTO LRFD Bridge Design Specifications, 9th Edition, 2020 (AASHTO LRFD) • AASHTO LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, First Edition, 2005 (AASHTO Signs) • AISC Steel Construction Manual, 15th Edition, 2017 (AISC) • ANSI/AISC 360-16 Specification for Structural Steel Buildings, 2016 (AISC 360) • American Welding Society, Structural Welding Code, D1.1, 2015 (AWS D1.1) • ASCE/SEI 7-10 Minimum Design Loads for Buildings and Other Structures, 2010 (ASCE 7) • Setra Technical Guide for Footbridges, 2006 (Setra) • ANSI/AWC NDC-2015 National Design Specification for Wood Construction, 2015 (NDS) i Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 3 of 13 City of Round Rock Addendum No. 1 • Tropical Timbers of the World, US Forest Products Laboratory The AASHTO LRFD Guide Specifications for the Design of Pedestrian Bridges shall control if any conflicting requirements occur with the Other Reference Documents and/or other local Codes. I 3.0 BRIDGE SYSTEM TYPE r 3.1 Truss Style The vertical trusses shall be designed such that the top and bottom chord members are parallel for the entire length of bridge. The interior verticals of the trusses shall be perpendicular to the top face of the bottom chord and the end verticals of the trusses shall be plumb. Trusses shall be laid out such that diagonals shall be at an angle of 30- degrees or more with respect to the bottom chord. 3.2 Diagonal Style I The vertical truss shall use a sinqle-diagonal, Pratt configuration, where all the diaqonals I are in tension for gravity loads. 3.3 Floor Beam Location The bridge shall utilize an H-Section configuration where the ends of the floor beams are I welded only to the interior face of the verticals. The distance from the top of deck to the bottom of the bottom chord shall be determined by the Bridge Manufacturer during final design. 4.0 BRIDGE GEOMETRY 4.1 Span Length The bridge span length shall be 114'-0" (horizontal straight line dimension) and measured from end to end of the bridge truss, not including the end dam, any deck extension or bearing that extends beyond the end of the truss. 4.2 Width The bridge width shall be 10'-0" and shall be as measured from the inside face of l structural truss elements at the deck level. f 4.3 Top of Truss Height Above Deck it The top of the top chord shall not be less than 48" above the deck (measured from the high point of the deck). Note that this dimension may be exceeded due to truss height requirements for structural, deflection and vibration requirements. 4.4 Lower Steel Clearance I The Bridge Manufacturer shall determine the distance from the top of the deck L (measured from the highest point of the deck)to the bottom of any steel member. 1 x i Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 4 of 13 City of Round Rock Addendum No. 1 4.5 Truss Bay Spacing The number of bays and the dimension of the panel points shall be determined by the Bridge Manufacturer. 4.6 Camber A single simple-span bridge shall have a vertical camber dimension at the mid-span determined by the Bridge Manufacturer such that the deck slopes at any point on the bridge do not exceed the ADA requirements of 8.33%. 4.7 Elevation Difference The top of the decks shall be at the same elevation at each end of the bridge. 5.0 STRUCTURAL DESIGN LOADS 5.1 Dead Load The bridge structure shall be designed for the total bridge weight including the final deck system. 5.2 Pedestrian Loading (PL) The bridge structure shall be designed for a uniform pedestrian loading of 90 psf. This loading shall be patterned to produce the maximum load effects. Consideration of dynamic load allowance is not required with this loading. 5.3 Vehicle Load (VL) When vehicular access is not prevented by permanent physical methods, the superstructure and deck system shall be designed for each of the following concentrated/vehicular loads: • A concentrated load of 1,000 pounds placed on any area 2.5' by 2.5' square. • A single truck shall be placed to produce the maximum load effects and shall not be placed in combination with the pedestrian load. The dynamic load allowance need not be considered for this loading. The truck shall be the following: o H5 vehicle (10,000 pound two-axle vehicle with 80% to rear axle). 5.4 Wind Load (WS) Pedestrian bridges shall be designed for wind loads as specified in AASHTO Signs, Articles 3.8 and 3.9. The loading shall be applied over the exposed area in front elevations of both trusses including all enclosures. In addition to the wind load specified above, a vertical uplift line load as specified in AASHTO LRFD Article 3.8.2 and determined as the force caused by a pressure of 20 psf over the full deck width, shall be applied concurrently. This loading shall be applied at the windward quarter point of the deck width. Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 5 of 13 City of Round Rock Addendum No. 1 5.5 Seismic (EQ) ' The bridge structure shall be designed for seismic loading as specified in Section 3.10 of AASHTO LRFD. The transverse loads shall be calculated considering the transverse period of the bridge and longitudinal loads shall be calculated using a period of zero. A response modification factor of 0.8 shall be used for the calculation of forces applied to the bridge anchorage. A response modification factor of 1.0 shall be used for the calculation of bearing reactions. The transverse seismic load shall be applied to all the bearings and the longitudinal seismic load shall be applied to the fixed bearings only. The vertical bearing reactions shall be calculated using an overturning force on the bridge based on the center of gravity of the bridge times the transverse seismic load. r 5.6 Fatigue Load (FL) I The fatigue loading shall be as specified in Section 11 of AASHTO Signs. The Natural Wind Gust specified in Article 11.7.1.2 and the Truck-Induced Gust specified in Article 11.7.1.3 of AASHTO Signs only need only be considered, as appropriate. 5.7 Combination of Loads The load combinations and load factors to be used shall be as specified in AASHTO LRFD Table 3.4.1-1, with the following exceptions: • Load combinations Strength Il, Strength IV, and Strength V need not be considered. • The load factor for Fatigue I load combination shall be taken as 1.0, and Fatigue II load combination need not be considered. 6.0 STRUCTURAL DESIGN CRITERIA 6.1 Modeling The bridge shall be modeled and analyzed utilizing a three-dimensional computer software which shall account for moments induced in members due to joint fixity where I applicable. Moments due to both truss deflection and joint eccentricity must be considered. All loads listed in Section 5 of these specifications shall be applied to the model and analyzed appropriately. 6.2 Lateral Frame and Member Design The bridge shall be designed and proportioned such that appropriate lateral stiffness is provided locally and globally, to ensure that the structure is stable. For bridges without any overhead members (Half-Through Trusses), the vertical truss members, the floor beams and their connections shall be proportioned to resist a lateral force applied at the top of the truss verticals at the center of the top chord. This lateral force shall be applied as an additional load to the top of the vertical at the center of the top chord, creating a cantilever moment, which is then added to the forces obtained from the three-dimensional model. The magnitude of this lateral force shall not be less than 0.01/K times the average factored design compressive force in the two adjacent top chord members increased by a factor of safety of 1.33. The top chord shall be analyzed as a column with elastic lateral supports at the panel l points, considering all moments due to in-plane and out-of-plane bending, along with moments due to eccentricities of the members. a V t Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 6 of 13 City of Round Rock Addendum No. 1 The U-Frame Stiffness of the verticals and floor beams shall be as specified in AASHTO Ped Article 7.1.2, assuming that the vertical and floor beam connection is rigid. This means that the following must be met: • On H-Section floor beam connections, the floor beam width shall be at least 80% of the vertical face width in order to prevent any deformation due to tube wall plastification of the vertical member faces under service loads. The connection design will be checked at Strength I & Strength III load combinations. • On Underhung floor beam connections, the vertical width shall match the bottom chord width in order to transfer vertical moments through the walls of the bottom chord to the verticals with no deformation of the chord side walls due to sidewall yielding or crippling under service loads. The connection design will be checked at Strength I & Strength III load combinations. • The vertical and floor beam members shall not be connected to faces of the bottom chord at a 90-degrees to one another. • All fixed end moments in the floor beams and verticals due to floor beam rotations, in addition to the loads derived from a U-Frame analysis have been accounted for in the strength design of the connections. The vertical and floor beam members shall be proportioned such that the effective length factor, K, used in the design of the top chord shall not be greater than 2.0. The end verticals shall be designed as a simple cantilever to carry the loads obtained from the three-dimensional model, plus the cantilever moment due to a lateral load of 0.01 times the axial force in the end vertical, applied laterally at the top end of the end vertical at the center of the top chord. The floor beams shall be sized for the forces obtained from a simple span, pinned end analysis, or from the forces obtained from the three-dimensional model, whichever controls. The diagonals and brace diagonals shall be analyzed as pinned-end connection members. Interior verticals shall be analyzed as pinned-end connections unless longitudinal forces are applied to the verticals such as when the brace diagonals are connected to floor beams on an H-Section floor beam configuration. When longitudinal forces are applied to the verticals they shall be analyzed as fixed-end connections. All other members shall be analyzed as fixed-end connections. HSS member connections shall be evaluated per the requirements of RISC 360 Chapters J & K. 6.3 Deflections The vertical deflection of the bridge due to the unfactored pedestrian live loading shall not exceed 1/360 of the span length. The horizontal deflection of the bridge under unfactored wind loading shall not exceed 1/360 of the span length. Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 7 of 13 City of Round Rock Addendum No. 1 6.4 Fracture The fracture toughness requirements and designation of Fracture Critical Member and 111 Main Member designation are hereby waived for these structures. 6.5 Vibrations I Vibration of the structure shall not cause discomfort or concern to the users of the 1 bridges. To assure this, the fundamental frequency (f) of the pedestrian bridge in the 1 vertical direction, without live load, shall be greater than 3.0 hertz (Hz) to avoid the first harmonic. The fundamental frequency of the pedestrian bridge in the lateral direction, shall be greater than 1.3 Hz. If the fundamental frequency cannot satisfy these limitations, then the bridge should be proportioned such that either of the following criteria are satisfied: i f> 2.86 ' In(180W or W> 180 ' e(-o 35 Where W is the weight of the bridge in kips and f is the fundamental frequency in the vertical direction in Hz. For bridges longer than 85 ft and shorter than 125 ft the vertical and horizontal vibration must also meet the requirements for Bridge Class III with a Mean comfort level in I accordance with Setra. 7.0 DECK SYSTEM 7.1 Deck System Deck to be comprised of Reinforced Concrete designed to span from floor beam to floor f beam. Reinforced concrete shall be normal weight concrete (145 pounds per cubic foot maximum) and shall have a minimum compressive strength of 4,500 psi at 28 days, with an air content of 6% +/- 1.5%. Concrete mix design, materials, quality, mixing, placement, finishing and testing shall be in accordance with the requirements of Section 552 of Federal Highway Administration Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14). FP-14 can be viewed or downloaded at http.//fIh fhwa dot.gov/resources/specs The surface of deck concrete shall be finished with a sidewalk finish per Section 552.14(c) of FP-14. Stay-in-place galvanized (G90 coating) metal form deck shall be used and shall be designed to support the weight of the wet concrete plus a 20 pounds per square foot construction load. Form deck shall be shop attached to floor beams via self-drilling fasteners, welding or power actuated fasteners. Welding shall not be used on painted or galvanized bridges. The longitudinal sheet laps shall be attached with self-drilling self- tapping fasteners at 36-inch maximum spacing. The attachment of the form deck to the 1 i Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 8 of 13 City of Round Rock Addendum No. 1 floor beams is only necessary to keep the form deck in place during transportation and during the concrete placement. The form deck is not to be used for diaphragm action or composite action and provides no structural benefit to the truss or the deck after the concrete is set. Metal form deck panels shall be of a length to span a minimum of two bays of the truss supports. The top of deck to bottom of form deck shall be as required to support the anticipated loads but shall not be less than 5". The concrete deck shall be designed to span longitudinally from floor beam to floor beam and to support the loads specified in Section 5.0 of these specifications. A distribution width of deck is allowed, to support the anticipated vehicle wheel loads. This distribution width (E in feet) shall be the narrower of the following: • E =4 + .06S o Where S is the floor beam spacing minus one-half of the floor beam width. • One-half of the total driving width of the bridge deck. • 0.75 times the lateral wheel spacing of the vehicle. • 0.6S + Wheel Width o Where S is the floor beam spacing minus one-half of the floor beam width. o The Wheel Width (in inches) is 2.5 * 0 s P) , where P is the wheel load in pounds Reinforcing steel shall be ASTM A615 Grade 60 non-coated bars. All bar bends, anchorage and splices shall be in accordance with AASHTO Specifications. Top reinforcing shall have a minimum clearance of 2"to the top of deck. Bridge Manufacturer shall designate the estimated slab thickness and reinforcing requirements at time of quotation. These estimates are to be used for quoting purposes only. Actual quantities may vary during the final design process, with costs variances due to any changes to the quantities being the sole responsibility of the contractor. Contractor shall supply all concrete and reinforcing materials. 8.0 MATERIALS OF CONSTRUCTION 8.1 Structural Steel All members of the truss and deck support system shall be fabricated from square or rectangular hollow structural shapes (HSS), with the exception that floor beams may be wide flange shapes. All open ends of end posts and floor support beams shall be capped. Drain holes shall be provided for all sections at the low point of the member that may become filled with water. All bridges shall be fabricated using A847 for HSS sections and A588 for structural shapes and plates. Minimum nominal thickness of primary hollow structural shapes shall be 1/4". Rolled shapes shall have a minimum thickness of 1/4". 8.2 Fasteners Structural bolts used to field splice or connect all main members shall be ASTM F3125 Grade A325. The nuts for these structural bolts shall be ASTM A563. The Bridge Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 9 of 13 City of Round Rock Addendum No. 1 Manufacturer shall determine the finish of the structural bolts. They will be either Type 3 f (Weathering) or Type 1 (Hot-Dipped or Mechanically Galvanized) as specified by the Bridge Manufacturer. Bolts used for the connection of a wood rub rail shall be 18-8 or 316 Stainless Steel, diameter carriage bolts. Screws for the attachment of wood deck shall be steel, 5/16" diameter, six lobe drive, self-tapping screws The screws shall have flat heads for the screws in the wood and round heads for the screws on the edge cover. The screws shall have a protective coating that will prevent corrosion due to contact with treated wood and environmental exposure. Self-drilling fasteners for attachment of the form decking shall be #14 x 1"zinc plated hex washer head Tek screws. 1 I Power Actuated fasteners shall be Hilti sheet metal nail X-ENP-19 fastener. Other miscellaneous fasteners shall be ASTM A307 zinc plated or galvanized, as determined by the Bridge Manufacturer. 9.0 FINISH For corrosion resistant high-strength low-alloy (weathering) steel no surface finish treatment is necessary. All exposed surfaces of structural steel to be cleaned in accordance with Steel Structures Painting Council Surface Preparation Specifications No. 7, SSPC -SP7 brush-off blast cleaning. Exposed surfaces of steel shall be defined as those surfaces seen from the deck or from the outside and bottom of the structure. All other surfaces to have standard mill finish. The steel will be allowed to form a protective weathering patina over time. 10.0 ATTACHMENTS 10.1 Safety Rails Safety rail system shall be placed on the inside of the structure, spaced so as to prevent a 4" sphere from passing through the side truss for the full height of the side truss, or 42", I whichever is less. The top of the top chord may be considered the top of the rail system. Rails system shall consist of horizontal rails. Rails shall be L 1 '/4 x 1 '/4 x 1/8 placed at a 45-degree orientation with both legs welded to truss verticals and with a maximum unsupported length of 6'-0" if placed on the inside of the structure and 7'-0" if placed on the outside of the structure. If the truss vertical spacing is greater than the maximum unsupported length, mid-bay supports will be required. When safety rails are placed on the inside of the structure and not covered by the end vertical, the ends of rail near the I end of the bridge shall be mitered at a 45-degree angle, capped and ground smooth. No l solid plate covering all rails as a unit will be allowed. Each element of the pedestrian rail system shall be designed to support a uniformly applied load of 50 pounds per lineal foot, both transversely and vertically, acting 111 simultaneously. In addition, each longitudinal element shall be designed to support a concentrated load of 200 pounds, which will act simultaneously with the above uniform loads at any point and in any direction at the top of the longitudinal element. Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 10 of 13 City of Round Rock Addendum No. 1 The posts of the pedestrian rail system shall be designed for a concentrated load applied at either the center of gravity of the upper longitudinal element or 60" above the top of the walkway, whichever is less. This concentrated load shall be equal to 200 pounds plus 0.05 times the post spacing in feet. 10.2 Toe Plate Toe Plates shall be steel channel shape section, 4" high by 1"wide minimum with the end of the channel legs welded directly to the inside face of the truss verticals. The maximum unsupported length shall be 7'-0". If the vertical spacing is greater than the maximum unsupported length, mid-bay supports will be required. When the ends of the toe plates near the end of the bridge are not covered by the end verticals, they shall be capped and ground smooth. The bottom of the toe plate shall be placed 2" above the finished height of the deck. All seams of the toe plates shall be fully welded to give the appearance of a continuous member(welding should be located at a support member). If toe plates are incorporated into a safety rail system, they may be modified as needed but shall be a minimum of 4" high. 10.3 Rub Rail Rub Rails shall be provided at a height of 3'-6" from top of the deck to the top of rub rail. Rub rails shall be steel channel shape section, 4" high by 1" wide minimum with the end of the channel legs welded directly to the inside face of the truss verticals. The maximum unsupported length shall be 7'-0". If the vertical spacing is greater than the maximum unsupported length, mid-bay supports will be required. When the ends of the rub rails near the end of the bridge are not covered by the end verticals, they shall be capped and ground smooth. All seams of the rub rails shall be fully welded to give the appearance of a continuous member(welding should be located at a support member). If rub rails are incorporated into a safety rail system, they may be modified as needed but shall be a minimum of 4" high. 10.4 Expansion Joint The gap between the end of the bridge deck and the back wall of the foundation system be sized to accommodate bridge movements due to thermal expansion of the bridge over the design temperature range. The gaps shall be covered with a steel cover which attaches to the bridge and extends over the gap and onto the top of the foundation system back wall. The steel cover shall have its edges rounded or beveled at a 45- degree angle. A compression seal sized for movement and rated for pedestrian traffic may be used in place of the steel cover. 11.0 BEARINGS 11.1 Bearing Type Bearing type and size shall be designed by the Bridge Manufacturer based on anticipated loads and movements. 11.2 Design Temperature Range The Design Temperature Range will be site specific and will be determined per AASHTO LRFD Article 3.12.2. Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 11 of 13 City of Round Rock Addendum No. 1 11.3 Non-Shrink Grouting The bridge will be supplied with a lower setting plate. This setting plate shall be leveled and shimmed to the proper elevation. The space between the lower surface of the setting plate and the foundation surface shall be filled with a non-shrink grout capable of achieving a minimum compressive strength equal to or greater than the strength of the foundation concrete. The cost of the leveling, shimming, and non-shrink grout shall be the responsibility of the Contractor. 12.0 FOUNDATIONS 12.1 Foundation System Foundation system shall utilize abutments designed by the Foundation Engineer in conjunction with the bridge bearing requirements and dimensions provided by the Bridge I Manufacturer and the site-specific geotechnical information provided by the Geotechnical Engineer. All abutment dimensions and materials shall be shown on the final contract plans. 12.2 Anchor Bolts Bridge Manufacturer shall design the diameter and grade of anchor bolts, based on the shear and tensile strength of the anchor bolt material only. All design considerations I regarding concrete breakout strength in shear and tension, pullout strength, concrete side-face blowout strength, concrete pry out strength, embedment depth, type of anchorage or any other concrete failure modes are the responsibility of the Foundation Engineer and shall be shown on the final contract plans All anchor bolts shall be galvanized. The Foundation Engineer shall determine if the anchor bolts shall be cast-in- place, drilled/epoxy, or expansion anchors. Anchor bolts shall be provided and installed by the Contractor. 13.0 FABRICATION 13.1 Welding Welding procedures and weld qualification test procedures shall conform to the provisions of AWS DIA. Filler metal shall be in accordance with the applicable AWS it Filler Metal Specification and shall match the corrosion properties of the base metal. 13.2 Welders Welders shall be qualified for each process and position used while fabricating the bridge. Qualification tests shall be in accordance with AWS D1.1. All weld qualifications and records shall be kept in accordance with the Fabricator's Quality Assurance Manual which has been approved and audited by AISC as the basis for certification. 13.3 Shop Splices Shop splices for main truss members shall be full penetration welds all around the perimeter of the member. These shop splices shall be performed using a full perimeter backing plate. After welding of the shop splices, the weld shall be ground smooth to match the perimeter of the member. Grinding these welds smooth is required and will be grounds for rejection of the bridge upon delivery if not completed i I Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 12 of 13 City of Round Rock Addendum No. 1 Shop splices for all horizontal rail components to be located at the centerline of the truss verticals, each end welded to the truss vertical and seal welded together. Exposed surface of the seal welds as seen from the deck shall be ground smooth. Shop spliced for all horizontal stringers to be located at the centerline of the floor beams, each end welded to the floor beam and seal welded together. 13.4 Bolted Splices For shipping purposes, the bridge may be fabricated in sections. Sections shall be field assembled using bolted connections. No field welding of members shall be allowed. The chord members of the bridge shall be bolted such that at least two faces of the member are bolted. This is to provide reasonable force distribution around the perimeter of the member. Bolted splices shall be designed and fabricated such that the head of the bolt and washer are the only item exposed. No through-bolting of the member is allowed. The nuts of the fastener cannot be welded to the internal splice plate and shall be held in plate with a nut capture system per Patent US 10,267,345 B2 or equal. The diagonals and brace diagonals shall be bolted utilizing a through-bolt system with plates on the exterior faces of the members. An internal stiffening plate is required to keep the member from crushing during the bolt tightening process. All bolted connections are considered to be pretensioned or slip-critical connections. All bolts are to be pretensioned per the requirements of section 8.2 of the Specification for Structural Joints Using High-Strength Bolts. Recommended tightening method of all structural bolts shall be Turn-of-the-Nut Pretensioning. 14.0 QUALITY CONTROL 14.1 AISC Certification The bridge shall be fabricated in a shop owned by the Bridge Manufacturer. This facility shall have up to date quality certification by AISC as Certified Bridge Fabricator- Advanced (Major) with Fracture Critical Endorsement and Sophisticated Paint Endorsement. 14.2 Certified Weld Inspector The Bridge Manufacturer shall employ a Certified Weld Inspector(CWI), with endorsement by AWS QC1. This CWI shall be present during the complete fabrication of the bridge. The CWI shall provide written documentation that the bridge has been fabricated in accordance with these specifications and the approved design drawings. 14.3 Documentation Material Certifications shall be available for review for all materials within the bridge. Traceability of heat numbers is required for all structural steel. Documentation showing the performance of all critical quality checks shall also be made available for review by the Engineer or Owner. Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 13 of 13 City of Round Rock Addendum No. 1 14.4 Non-Destructive Testing All welds within the structure, shall be visually inspected for conformance to size, under 111 cut, profile and finish. All shop splices of main truss members shall be magnetic particle tested. 15.0 DELIVERY AND ERECTION 15.1 Delivery Delivery shall be made via truck to a location nearest the site which is accessible to normal over-the-road equipment All trucks delivering bridge materials will need to be unloaded at the time of arrival If the erection Contractor needs special delivery or delivery is restricted, they shall notify the Bridge Manufacturer prior to bid date. This 1 includes site issues which may prevent over-the-road equipment from accessing the site Steerable dollies are not used in the cost provided by the Bridge Manufacturer. Determining the length of bridge section which can be delivered is the responsibility of the Contractor and shall be communicated to the Bridge Manufacturer prior to the bid date. 15.2 Installation & Lifting Procedures The Bridge Manufacturer will provide standard typical written procedures for lifting and splicing the bridge. All actual means, methods, equipment and sequence of erection used are the responsibility of the Contractor. 16.0 WARRANTY The Bridge Manufacturer shall warrant, at the time of delivery, that it has conveyed good title to its steel structure, free of liens and encumbrances created by the Bridge Manufacturer, and that its steel structure is free of defects in design, material and workmanship. This warranty shall be valid for a period of one (1) year from the earlier date of delivery or 60 days after final fabrication is complete. Durable tropical hardwood decking and hardwood attachments shall carry a one (1) year warranty against rot, termite damage, or fungal decay. This warranty shall specifically exclude all softwood and decking material such as Treated Southern Yellow Pine, Douglas Fir and Wood thermoplastic composite lumber(e.g. Trex). Paint, galvanizing and other special coatings, if warranted, shall be warranted by the coating manufacturer in accordance with their warranty provisions and are not covered under the Bridge Manufacturer's warranty. This warranty shall not cover defects in the steel structure caused by abuse, misuse, overloading, accident, improper installation, maintenance, alteration, or any other cause not expressly warranted. This warranty shall not cover damage resulting from or relating to the use of any kind of de-icing material. This warranty shall be void unless owner's records are supplied that show compliance with the minimum guidelines specified in the in the Bridge Manufacturer's inspection and maintenance procedures. Repair, replacement, or adjustment, in Bridge Manufacturer's sole discretion, shall be the exclusive remedy for any defects under this warranty. This warranty shall exclude liability for any indirect, consequential, or incidental damages. END OF SECTION i t BID FORM PROJECT NAME: LAKE CREEK TRAIL PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: April 28,2023 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders,the undersigned bidder hereby proposes to do all the Work,to furnish all necessary superintendence, labor, machinery, equipment,tools, materials, insurance and miscellaneous items,to complete all the Work on which he bids as provided by the attached Bid Documents,and as shown on the plans for the construction of LAKE CREEK TRAIL-ROUND ROCK WEST PARK TO CENTENNIAL PLAZA and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated,for the following prices,to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at roundrocktexas.gov/solicitations by the close of business on May 12,2023 Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges receipt of the following Addenda by listing Addendum "number" and"date". BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 1 1 EA MOBILIZATION complete in place per RR 700 for dollars and cents. 2 1 FA PROJECT SIGNS complete in place per RR 802 for dollars and cents. 3 2 EA STABILIZED CONSTRUCTION ENTRANCE complete in place per RR 641 for dollars and cents. 00300-9-2015 Page I of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 4 125 LF ROCK BERM 1 complete in place per RR 639 for dollars and cents. 5 5,700 LF SILT FENCE complete in place per RR 642 r for dollars I and cents. 6 1 LS BARRICADES,SIGNS AND TRAFFIC HANDLING complete in place per TXDOT 502 for dollars and cents. 7 48 STA PREPARING ROW complete in place per RR 101 for dollars and cents. 8 48 STA CLEARING AND GRUBBING complete in place per RR 102 for dollars and cents. 9 2,100 LF TREE PROTECTION FENCING complete in place per DET ` for dollars and cents. 10 2 EA CONCRETE WASHOUT complete in place per DET for dollars and cents. l L. 00300-9-2015 Page 2 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 11 1 EA CONCRETE REMOVAL AND DISPOSAL complete in place per RR 104 for dollars and cents. 12 10,000 SY SALVAGING AND PLACING TOPSOIL complete in place per RR 601 for dollars and cents. 13 2,850 CY EXCAVATION- SHARED USE PATH,REFER TO S.U.P. SECTIONS complete in place per TXDOT 110 for dollars and cents. 14 2,100 CY EMBANKMENT(FINAL) SHARED USE PATH,REFER SUP SECTIONS complete in place per TXDOT 132 for dollars and cents. 15 790.00 SF DRY STACK QUARRY STONE WALLS(0'-4') complete in place per RR 623 for dollars and cents. 16 2,025.00 SF DRY STACK QUARRY STONE WALLS(4'-8') complete in place per RR 623 for dollars and cents. 17 1,325 SF DRY STACK QUARRY STONE WALLS(8'-12') complete in place per RR 623 for dollars and cents. 00300-9-2015 Page 3 of 6 Bid Form BASE BID Bid Item Description Item Approx.Quantity Unit and Written Unit Price Unit Price Amount 1 18 1,225 SF DRY STACK QUARRY STONE WALLS(12'-16') complete in place per RR 623 for dollars and cents. 19 80 CY CONCRETE FOOTING FOR STONE WALLS complete in place per TXDOT 420 for dollars and cents. 20 4,735 LF CONCRETE SHARED USE PATH (5"THICK)(10' WIDE) complete in place per TXDOT 531 for dollars and cents. 21 415 LF RAIL(GUARDRAIL) complete in place per TXDOT 450 for dollars and cents. 22 350 LF FENCING-CHAIN LINK 6' BLACK VINYL COATED complete in place per RR 701 for dollars and cents. f 23 120 LF ADA RAMP HANDRAIL l complete in place per RR 701 for dollars and cents. 24 1 EA CURB RAMPS complete in place per TXDOT 531 for dollars and cents. 25 2,667 SY CONC SIDEWALKS(5") complete in place per TXDOT 531 for dollars and cents. 00300-9-2015 Page 4 of 6 Bid Form l.. BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 26 30 CY CONCRETE TRENCH FILL PER SHEET C441 complete in place per TXDOT 531 for dollars and cents. 27 45 SY CONCRETE RIPRAP-5" THICK PER SHEET C441 complete in place per TXDOT 531 for dollars and cents. 28 120 LF CONCRETE PIERS(30" DIA) complete in place per TXDOT 420 for dollars and cents. 29 5 CY CONCRETE FOR BRIDGE ABUTMENTS complete in place per TXDOT 420 for dollars and cents. 30 1 EA PREFABRICATED PEDESTRIAN STEEL TRUSS SPAN= 114' complete in place per RR 726 for dollars and cents. 31 2250 SY EROSION MATTING,TYPE C complete in place per RR 605 for dollars and cents. 32 500 SY LLANDLOK 450 EROSION MATTING complete in place per RR 605 for dollars and cents. 00300-9-2015 Page 5 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 33 6 EA DUMOR BENCH INCL.CONC PADS AND INSTALLATION complete in place per for dollars and cents. 34 2 EA WEBCOAT TRASH 1 RECEPTACLE INCL. INSTALLATION complete in place per for dollars and cents. I 35 1 EA ZERO WASTE USA DOG WASTE STATION complete in place per for dollars and cents. 36 1 LS RE-VEGETATION,AS NEEDED,INCL FINE GRADING AS NECESSARY. SOIL PREP. complete in place per for dollars and cents. #REF! 37 12 MO 1-YEAR MAINTENANCE PACKAGE TO ENSURE PROJECT WARRANTY COVERAGE complete in place per for dollars and cents. #REF! TOTAL BASE BID(Items 1 thru 43 ) Materials: All Other Charges: * Total: * Note: This total must be the same amount as shown above for "Total Base Bid" 1 i 00300-9-2015 Page 6 of 6 Bid Form ALTERNATE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount AA.1 1 LS ROUND ROCK WEST TRAILHEAD INCL PLANTING, SIGNAGE,IRRIGATION,REF. 1&2/LA2.01 complete in place per for dollars and cents. AA.2 1 LS CHISHOLM TRAIL TRAILHEAD INCL.QUARRY STONE BENCHES,PLANTING, IRRIGATION,REF. 3&4/LA2.01 complete in place per for dollars and cents. AA.3 1 LS CENTENNIAL PLAZA TRAILHEAD INCL PLANTING, SIGNAGE,IRRIGATION,REF. 1&2/LA2.02 complete in place per for dollars and cents. AAA 160 LF TRAIL COVER CONCRETE PIERS(18" DIA) complete in place per TXDOT 420 for dollars and cents. AA.5 15 CY TRAIL COVER CONCRETE GRADE BEAMS complete in place per TXDOT 420 for dollars and cents. 00300-9-2015 Page 1 of 2 Bid Form 1 l ALTERNATE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount AA.6 1 EA TRAIL COVER STRUCTURAL STEEL INCL ERECTION, r ROOFING,CHAIN LINK I FENCING complete in place per RR 726 for dollars and cents. AA.7 800 LF PERMATRAK PRECAST CONCRETE BOARDWALK- 10' WIDE WITH CURB AND PIERS t complete in place per LA 2.0 for dollars and cents. TOTAL ALTERNATE BID (Items AA.1 thru AA.6 7 ) Materials: All Other Charges: Total: 00300-9-2015 Page 2 of 2 Bid Form ALLIANCE • GEOTECHNICAL ENGINEERING ENGINEERING • ENVIRONMENTAL CONSULTING GROUP, INC. • CONSTRUCTION MATERIALS ENGINEERING • CONSTRUCTION MATERIALS TESTING April 19, 2023 Hagood Engineering Associates Attn: Mr. Terry Hagood, P.E. One Chisholm Trail, Ste. 5200 Round Rock, Texas 78681 Re: New Pedestrian Bridge Drilled Shaft Recommendations Lake Creek Trail Round Rock, Texas Alliance Engineering Group Project No. AE17-0308— Letter#1 Dear Mr. Hagood: This letter presents soil-related foundation design recommendations for the planned pedestrian bridge across Lake Creek, south of the Round Rock amphitheater, in Round Rock, Texas. The pedestrian bridge is a portion of the larger Lake Creek Trail project. Three (3) of the planned ten (10) borings were drilled and samples tested in 2017; however, the project was placed on hold, so the remaining borings and engineering analysis were not completed and a report was not produced. Alliance Engineering Group performed this portion of the overall subsurface exploration and geotechnical evaluation in general accordance with our Proposal P16-0214E dated January 1711, 2016. Borings were located in the field by Alliance personnel utilizing the site location map provided by the client and measurements from existing features. We understand the location of the bridge has changed since the borings were performed in 2017 and now rests approximately 100 feet west of where the borings were drilled. The boring locations, in this letter, are based on the original bridge location, but they are in the general vicinity of the new bridge location. Approximate boring locations are provided as Figure 2. These borings were drilled April 25th, 2017. Truck-mounted rotary drilling rig, equipped with thin-walled Shelby tubes, diamond and carbide rock core bits, rock coring barrels and Standard Penetration Testing (SPT) split-spoon samplers were used for this investigation, depending on subsurface conditions. Detailed boring logs are provided as Figures 4—5 and Standard Reference Notes for Boring Logs is presented as Figure 6. 200 Mustang Cove•Taylor,Texas 76574 Tel:512-281-4688•Fax:512-281-4191 ALLIANCE • GEOTECHNICAL ENGINEERINGAl • ENGINEERING • ENVIRONMENTAL CONSULTING GROUP, INC. • CONSTRUCTION MATERIALS ENGINEERING • CONSTRUCTION MATERIALS TESTING The subsurface profile consists of dry, dense to very dense/very stiff to hard clayey gravel with fat clay layers over moist, soft to stiff, fat clay(Boring B-4 only)over dry, moderately hard to hard (rock basis) light gray limestone The limestone was encountered at depths of ten (10) to twenty-five (25) feet. The limestone within this geologic formation can have very hard, dolomitic (crystalline) layers, interbedded within the moderately hard to hard overall limestone. Groundwater was encountered in Boring B-4 at a depth of twenty-two (22) feet. Water was added I for rock coring operations at depths of ten (10) to twenty-five (25) feet. Therefore, subsequent groundwater readings would be masked by the core water added. Drilled Shaft Foundation The pedestrian bridge is recommended to be supported on straight-sided drilled shaft foundations. The drilled shafts will support both downward loads and resist uplift and lateral loading conditions. Drilled shafts be founded in the light gray limestone may be designed based upon the values provided in Table 1. The limestone within this geologic formation can have very hard, dolomitic (crystalline) layers, interbedded within the moderately hard to hard overall limestone. The drilling contractor shall be prepared to drill through these layers. The use of augers with rock (bullet) teeth shall be anticipated and having replacement teeth onsite is also recommended Foundations proportioned in accordance with the values presented in Table 1 will have a minimum 1 factor of safety of three and will experience negligible settlement after construction. The weight of the shafts below final grade may be neglected in determining the design loads. The drilled shafts will be subjected to uplift pressures created by expansive movements within the surrounding soils. These forces will be resisted by weight of the drilled shaft and skin friction within the minimum shaft penetration. For the ease of the design, we recommend approximating uplift pressures as 500-psf acting over the perimeter of the upper 10 feet of each shaft. Accordingly, shafts should be steel reinforced over their full depth to counteract these forces. 200 Mustang Cove Taylor,Texas 76574 Tel:512-281-4688•Fax:512-281-4191 ALLIANCE • GEOTECHNICAL ENGINEERING ENGINEERING • ENVIRONMENTAL CONSULTING GROUP, INC. • CONSTRUCTION MATERIALS ENGINEERING • CONSTRUCTION MATERIALS TESTING Table 1: Vertical Load Design Parameters Shaft Type: Straight-Sided Moderately hard to hard Light Gray LIMESTONE Bearing Stratum: (with potential dolomitic layers) Approximate Bearing Depth:7 10 to 25 feet Minimum Penetration: 3 feet Minimum Shaft Diameter: 18 inches Groundwater Depths: 22 feet(Boring B-4 only) Probability of Use of Temporary Casing: Moderate to High 40,000 psf Net Allowable End Bearing Pressure: (Below Minimum Penetration) Net Allowable Side Friction 3,500 psf (upward or downward): (Below Minimum Penetration) .: womb . Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the drilling, cleaning and inspection. Shafts should be filled with concrete before the end of the workday, thus preventing excessive deterioration of the bearing material. No more than two inches of water should be present at the bottom of the shaft when concrete placement begins. Loose soil or debris should not be present at the bottom of the shaft when concrete placement begins. Poor cleaning of compressible cuttings at the bottom can lead to significant settlement. To reduce the potential for arching within the shaft, Alliance recommends using a concrete mix with a slump of five (5) inches to seven (7) inches. A tremie pipe or an inverted concrete chute should be utilized to place concrete to prevent segregation of and to prevent movement of the reinforcing steel cage. A free-fall method might allow the concrete to strike reinforcing steel, casing, or shaft sidewalls, 200 Mustang Cove•Taylor,Texas 76574 Tel:512-281-4688•Fax:512-281-4191 44 FENGINEERING ANCE • GEOTECHNICAL ENGINEERING • • ENVIRONMENTAL CONSULTING P, INC. • CONSTRUCTION MATERIALS ENGINEERING • CONSTRUCTION MATERIALS TESTING causing segregation and undesirable concrete strength properties A free-fall method is acceptable if the concrete is directed through a hopper and falls down the center of the shaft without striking the sides of the shaft or the reinforcing steel cage. If the concrete has a slump less than or equal to seven (7) inches, the upper five (5) feet of concrete 1 should be vibrated to assure proper consolidation in that region. If the slump is greater than seven (7) inches, the concrete should not be vibrated because of the potential to segregate cement and ` aggregates. Concrete material should be sampled and tested for compressive strength and placement operations should be monitored to record concrete slump, temperature, and age at time of placement. Concrete batch tickets should be provided by the supplier so water-cement ratios and cement content can be checked and documented. Lateral Load Design Parameters ' For laterally loaded piers, the required soil input data is listed in the following table. These values may be used in the program LPILE by ENSOFT, Inc. Table 2 presents approximate soil thicknesses and f soil properties for each soil/rock stratum. I 1 1 Intentionally Left Blank 200 Mustang Cove Taylor,Texas 76574 Tel:512-281-4688•Fax:512-281-4191 ALLIANCE • GEOTECHNICAL ENGINEERING ENGINEERING • ENVIRONMENTAL CONSULTING GROUP, INC. • CONSTRUCTION MATERIALS ENGINEERING • CONSTRUCTION MATERIALS TESTING Table 2: LPILE SOIL DESIGN PARAMETERS Clayey Gravel Limestone _ - SOIL STRATA FROM SOILS Fat Clay BORINGS (0 to 10 feet) B-3 (18 to 25 feet) B-4 (10+ feet) B (0 to 18 feet) B-4 (25+ feet) B-4 LPILE SOIL P-Y CURVE MODEL' Stiff clay w/o free Stiff clay with free Stiff clay w/o free water water water EFFECTIVE UNIT WEIGHT' 130 65 140 (pcf) UN-DRAINED COHESION', c (psf) N/A 500 20,000 FRICTION'ANGLE 34 N/A N/A (degree) STRAIN FACTOR, t:50' Use LPILE Default Use LPILE Default Use LPILE Default (in/in) Value Value Value We appreciate this opportunity to be of service and provide this pavement condition evaluation for your review. Please feel free to contact our office should there be any questions you may have. Respectfully, Za ALLIANCE ENGINEERING GROIJ,J1 TBPE FirrylNo. 11290 11.�� 66 = EBF OF :LAMES A. McDANIEL / ames A. McDaniel, P.E. r.. ......................:....i Wayne A. Eddins Geotechnical Department Manageii .o..�., 93622 i Project Manager ,p . i ��S��CENSE�•G�a��i kk`;0`A`EN= Dist: Hagood Engineering Associates—Mr. Terry Hagood JAM/hk cc: File z;data/documents/projects/engineering/2017/AE 17-0308/Letter#1.doc 200 Mustang Cove Taylor,Texas 76574 Tel:512-281-4688•Fax:512-281-4191 ag F?ni.inri Rnrk" L Approximate Site Area `1 414a A\k � v J'r (7'. Vicinity . . GROUP,ALLIANCE ENGINEERING Greater Lake Creek Trail (Round Rock West Drive Project to Centennial Plaza) Round Rock, ' ► ' 1 I: SitePlanfrom: D_ - •Google April, 2023 a B-3 HoAm N W E S Approximate Locations of Borings ALLIANCE ENGINEERING Greater Lake Creek Trail GROUP, INC. (Round Rock West Drive to Centennial Plaza) Prepared By: Scale: Project#: Round Rock, Texas JAM NTS AE17-0308 Site Plan from: Date: Figure#: Google Aril, 2023 2 tit d r f Gal Approximate Site Area 4 f 00 s. `s Geology Map ALLIANCE Greater Lake Creek Trail ENGINEERING (Round Rock West Drive GROUP, INC. to Centennial Plaza) — — L Round Rock, Texas Prepared By: Scale: Project#: JAM NTS AE17-0308 Map By Date: Figure #: U.T. Bureau of Econ. G. April, 2023 3 t LOG OF BORING B-3 Project: Lake Creek Trail in Round Rock, Texas Project#: AE17-0308 Date: 4/25/2017 Elev.: 786 Location: Round Rock, Texas Groundwater Observations: None Logged by: In field by driller,final log by JM. Longitude: 30.50513 Drilled by: CoreTech Latitude: -97.68106 ELEVATION/ SOIL SYMBOLS MC LL PL -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % pof tsf ksf (feet) &FIELD TEST DATA 786 0 ' CLAYEY GRAVEL,hard,dry,dark 7 57 22 35 38 4.5 grayish brown,light gray,(GC) 784 2 !f v 38 -very dense,dry,dark grayish brown, 50/6" light gray r 782 d • t 44 50/5" 780 6 FAT CLAY,some gravel,hard,dry,dark 12 48 20 28 63 4.5 brown,(CH) 778 e .� CLAYEY GRAVEL,hard,dry,light gray, 4.5 • (GC) • • 776 10 REC=508 1 166 1271 RQD=178 LIMESTONE,moderately hard to hard, light gray,(LS) 774 12 772--14 REC=83% 1 154 1018 ROD-77% 770 16 768 18 766 20 Boring terminated at 20 feet. 764 22 762 24 760 26 i 758 28 Notes: Boring dry prior to addition of water for coring operations. Boring locations and elevations are approximate, based on original bridge location. Figure 4 Alliance Engineering Group, Inc. LOG OF BORING B-4 Project: Lake Creek Trail in Round Rock, Texas Project#: AE17-0308 Date: 4/25/2017 Elev.: 785 Location: Round Rock, Texas Groundwater Observations: 22 Logged by: In field by driller,final log by JM. Longitude: 30.50555 Drilled by: CoreTech Latitude: -97.68082 r ELEVATION/ SOIL SYMBOLS MC LL PL -200 D.D. P PEN UNCON I DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI pcf tsf ksf (feet) &FIELD TEST DATA 5�49 36 4.5 CLAYEY GRAVEL.with sand,hard,dry, 784 very dark grayish brown,yellowish brown, •` • (GC)possible fill 2 ! ♦ very stiff 12 28 18 10 36 4.0 782 ! ► i • • with sand.hard.dry,dark olive.olive 11 25 4.5 gray Tao , very stiff 12 2.5 778 ► 12 35 20 15 32 2.5 • 7-6 II 10 12 v i • • 13 1.0 14 • 770 ! • � v i 768 -x 18 ' r FAT CLAY,stiff,moist,very dark gray, 32 66 23 43 89 2.0 766 (CH) zo 764 / Dz / 762 / / -some gravel.soft Do 0.5 Da 760 REC=9062 158 202 LIMESTONE,moderately hard to hard, j 26 RQD=586 light gray,(LS) 758 28 Notes: Groundwater encountered at 22' during drilling Water was added at 25' for coring operations. Boring locations and elevations are approximate, based on original bridge location. Figure 5 Alliance Engineering Group, Inc. LOG OF BORING BORING B-4 Project: Lake Creek Trail in Round Rock, Texas Project No.: AE17-0308 ELEVATION/ SOIL SYMBOLS MC LL PL -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % PCf tsf ksf (feet) &FIELD TEST DATA 756-- --30 ',REC=73% 9 127 392 RQD=73� 754 32 752 34 750 Boring terminated at 35 feet. 36 748 t 38 746 40 744 42 742 44 740 46 738 48 736 50 734 52 732 54 730 56 728 58 726 60 724 Figure 5 Alliance Engineering Group, Inc. f STANDARD REFERENCE NOTES FOR BORING LOGALLIANCE ENGINEERINGROUP, INC. f G I. Sampling&Testing Symbols: (` Shelby Tube Split-Spoon Rock Core Auger Hammer Tube t Sampler r —1 U r THD f II. Correlations of Penetration Resistance to Soil properties: Relative Density SPT N-Value Consistency SPT N Value Unconfined Compressive (Qualitive Measure) Strength(tsf) r Very Loose 0 to 4 Very Soft 0 to 3 Under 0.25 I Loose 5 to 10 Soft 4 or 5 0.25 to 0.5 N Medium Dense 11 to 30 Medium Stiff 6 to 10 0.5 to 1.0 c1 r Dense 31 to 50 Stiff 11 to 15 1.0 to 2.0 LO I` Very Dense >50 Very Stiff 16 to 30 2.0 to 4.0CU X Hard >30 4.0 to 8.0 ILL III. Unified Soil Classification Symbols: 0000 co IT GP–Poorly Graded Gravel SP–Poorly Graded Sand ML–Low Plasticity Silt 00 GW–Well Graded Gravel SW–Well Graded Sand MH–High Plasticity Silt N GM–Silty Gravel SM–Silty Sand CL–Low to Medium Plasticity Clay GC–Clayey Gravel SC–Clayey Sand CH–High Plasticity Clay L r OH–High Plasiticity Organics OL–Low Plasticity Organics c 0 IV. Rock Quality Designation Index(RQD): V. Natural Moisture Content: d "Dry" No apparent moisture,crumbles easily RQD: Description of Rock Quality: "Moist" Damp,but no visible water (if all natural fractures) "Wet" Visible Water 0%to 25% Very Poor N 25%to 50% Poor X 50%to 75% Fair 0 75%to 90% Good 90%to 100% Excellent 0 T M F- VI. Grain Size Terminology: VIII. Descriptive Terms or Symbols: Cobble: 3-inches to 12-inches "Mottled":occasional/spotted presence of that color 0 Gravel:#4 sieve size(4.75 mm)to 3-inches " [...I":identifies change in soil characteristics ( Coarse Sand:#10 to#4 sieve size LL: Liquid Limit(moisture content as%of dry weight) c Medium Sand:#40 to#10 sieve size PL: Plastic Limit(moisture content as%of dry weight) 22 Fine Sand:#200 to#40 seive size WOH:Weight of Hammer 0 Silt or Clay:smaller than#200 seive size with C) (...]": item identified withing that sample only o 0 N VII. Discriptive Terms for Soil Composition: IX: Plasticity of Cohesive Soil: "trace" ................................................1%to 9% (function of PI and Clay Mineral Types) "some"................................................10%to 29% Plasticity Index(PI): Plasticity: with Suffix"–y"(e.g.sandy,clayey)......30%to 49% 0 to 20 Low 20 to 30 Medium 30+ High Figure 6 l l 50 45 40 35 x a 30 _T ca U a 25 20 15 10 - 5 0 0 10 20 30 40 50 60 70 Liquid Limit Atterberg Limit Chart :ENGINEERING LLIANCE Greater Lake Creek Trail OUP, INC. (Round Rock West Drive to Centennial Plaza) Prepared By: Project#: Round Rock, Texas KAB AE17-0308 Test Method: Date: Figure#: ASTM D-4318 Aril, 2023 7 i 0 S ♦ 10 15 20 2� 30 ?5 -10 CL - L_ -15 m 1! D -20 -25 -30 i -35 Moisture Percentage Moisture Content Chart :ENGINEERING LLIANCE Greater Lake Creek Trail (Round Rock West Drive OUP, INC. to Centennial Plaza) Round Rock, Texas Prepared By: Project#: KAB AE17-0308 Test Method: Date: Figure#: ASTM D-2216 Aril, 2023 8 Boring No. B-3 B-4 Depth (ft) 6' to 8' 4' to 6' Initial Dry Density (pcf) 107 102 Initial Moisture Content % 13 16 Final Moisture Content % 19 19 Initial Penetrometer Reading, 4.5 4.5 tsf Final Penetrometer Reading, 3.0 2.0 tsf Overburden Swell Pressure, 875 625 psf Vertical Swell, % 3.6% 0% Swell Test Results Chart ALLIANCE ENGINEERING Greater Lake Creek Trail GROUP, INC. (Round Rock West Drive to Centennial Plaza) Prepared By: Project#: KAB AE 17-0308 Round Rock, Texas Test Method: Date: Figure#: ASTM D-4546 Aril, 2023 9 Boring: B-2; Depth: 30' to 35'; Rock Core 350 - — - --- Strength= 124 ksf 300 - - --- --- 250 — -- ----- I Axial 200 Compressive Strength (ksf) 150 _ 1 100 50 ♦ 0T� 0.1 0.2 0.3 0.4 0.5 0.6 0.7 0.8 Axial Strain (%) Boring: B-3; Depth: 10' to 15'; Rock Core 1 1400 - - I 1200 Strength= 1271 ksf i - --- --�- � 1000 Axial 800 Compressive Strength (ksf) 600 ----- -- — - - 400 200 0.2 0.4 0.6 0.8 1 1.2 1.4 1.6 -200 - -- - --- --- - - Axial Strain (%) Unconfined Compressive Strength Test ALLIANCE ENGINEERING Greater Lake Creek Trail GROUP, INC. (Round Rock West Drive to Centennial Plaza) Prepared By: Project#: Round Rock, Texas KAB AE17-0308 Test Method: Date: Figure#: ASTM D-216617012 Aril, 2023 10 Boring: B-3; Depth: 15' to 20'; Rock Core 1200 T— Strength = 1018 ksf 1000 800 Axial Compressive 600 Strength (ksf) 400 200 0 0.2 0.4 0.6 0.8 1 1-2 -200 - Axial Strain (%) Boring: B-4; Depth: 25' to 30'; Rock Core 250 - Strength = 202 ksf 200 - -- - -- Axial 150 — Compressive Strength (ksf) 100 50 - - - 0 -- 0 0.2 0.4 0.6 0.8 1 1.2 1.4 Axial Strain (%) Unconfined Compressive ---- Strength Test ALLIANCE ENGINEERING Greater Lake Creek Trail GROUP, INC. (Round Rock West Drive to Centennial Plaza) Prepared By: Project#: Round Rock, Texas KAB AE17-0308 Test Method: Date: Figure#: ASTM D-2166/7012 Aril, 2023 11 Boring: B-4; Depth: 30' to 35'; Rock Core 450 - -- - 400 -- Strength = 3.92 ksf � 350 --- - 300 - - -__ . Axial Compressive 250 Strength (ksf) 200 150 100 50 0 IL -50 0.2 0.4 0.6 0.8 1 1.2 1.4 Axial Strain (%) I Unconfined Compressive Strength Test ALLIANCE ENGINEERING Greater Lake Creek Trail GROUP, INC. (Round Rock West Drive to Centennial Plaza) Prepared By: Project#: Round Rock, Texas KAB AE17-0308 Test Method: Date: Figure#: ASTM D-2166/7012 July 2017 12 LAKE CREEK TRAIL GENERAL NOTES GENERAL MATERIAL 1,THIS STRUCTURE HAS BEEN DESIGNED IN ACCORDANCE WITH THE PROJECT 1.FASTENERS,BOLTS AND HARDWARE SHALL BE GALVANIZED,FIBER ARCHITECTS PLAN LAYOUT AND GUIDELINES.SUITABILITY FOR ACCESS AND REINFORCED POLYMER(FRP)OR GRADE 316 STAINLESS STEEL. INTENDED USAGE SHALL BE THE RESPONSIBILITY OF THE ARCHITECT. 2.VEHICULAR ACCESS LARGER THAN THE DESIGN LIVE LOAD SHALL BE 2.ALL REINFORCING SHALL BE UNCOATED GRADE 80 CONFORMING TO ASTM A615. PROJECT COMPONENTS LIMITED BY PERMANENT PHYSICAL MEANS. 3.CAST-IN-PLACE CONCRETE SHALL HAVE A 26-DAY CONCRETE COMPRESSIVE STRENGTH OF 40DO PSI SUPPLIED BY PERMATRAK 3.PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL VERIFY ALL PRECAST CONCRETE TREADS ELEVATIONS THROUGH THE PROJECT ARCHITECT.PRIOR TO CONSTRUCTION, PRECAST CONCRETE BEAMS ALL FOUNDATION LOCATIONS SHALL BE STAKED BY THE SURVEYOR PER THE APPROVED DRAWINGS MARKED'FOR CONSTRUCTION'. PRECAST CONCRETE CURBS 3/4"O THREADED BARS WITH NUTS AND WASHERS(BEAM TO PIER CONNECTION) 4.ONLY PERMATRAK NORTH AMERICA MAY PROVIDE THE PRECAST 314"0 X 10"LONG THREADED RODS W/NUTS AND OVERSIZED WASHERS(ALL GALVANIZEDXCURB TO TREAD) STRUCTURE SHOWN ON THESE PLANS. ELASTOMERIC BEARING PADS 5.INSTALLER SHALL NOT CUT OR MODIFY ANY PERMATRAK COMPONENTS RUBBER SPACER PADS(BETWEEN TREADS) WITHOUT PERMATRAK'S APPROVAL. RUBBER LEVELING PADS CLIP ANGLE KITS B.THE INSTALLER IS RESPONSIBLE FOR THE APPROPRIATE MEANS AND METHODS FOR THIS PROJECT,INCLUDING ENSURING PROPER CONSTRUCTIBILITY OF ALL COMPONENTS SHOWN ON THESE PLANS.NO EQUIPMENT MAY BE OPERATED ON THE STRUCTURE,UNLESS NOTED OTHERWISE IN THE DESIGN DATA ON THIS SHEET. 7.A MATERIAL CHANGE TO THE BOARDWALK SYSTEM IS NOT ALLOWED AND NOT CONSIDERED AN EQUAL. SUPPLIED BY CONTRACTOR B.PRIOR TO CONSTRUCTION,ALL EXISTING UTILITIES,BUILDING LOCATIONS, HILTI HY-200 EPDXY ADHESIVE(ANCHORING SYSTEM CONNECTION) EXISTING FOUNDATIONS AND TREE ROOTS(AS APPLICABLE)SHALL BE LOCATED TO VERIFY NO CONFLICTS EXIST WITH THE STRUCTURES SHOWN ON SIKAFLEX-11 FC EXPANSIVE FILLER MATERIAL(CURB TO TREAD CONNECTION) THESE PLANS. SIKAFLEX SELF LEVELING SEALANT SHIMS AND NON-SHRINK GROUT(LEVELING FOR PRECAST COMPONENTS) DESIGN DATA CAST-IN-PLACE CONCRETE 1.BOARDWALK SHALL BE DESIGNED IN ACCORDANCE WITH THE EXPANSION JOINT MATERIAL PASHTO LRFD BRIDGE DESIGN SPECIFICATIONS AND THE LRFD GUIDE SPECIFICATION FOR THE DESIGN OF PEDESTRIAN BRIDGES. 2.DESIGN LIVE LOAD:PEDESTRIAN LOADING-90 PSF UNIFORM VEHICULAR LOADING-H-5 DESIGN TRUCK(10,000 LB VEHICLE) FOUNDATIONS SHALL BE DESIGNED FOR THE FOLLOWING. APPLIED PIER/PILE LOADS: COMPRESSION: 23.0 KIPS(SERVICE) LATERAL: 1.0 KIPS(SERVICE) 3.A HYDRAULIC ANALYSIS,INCLUDING SCOUR EVALUATION,HAS NOT BEEN PERFORMED BY PERMATRAK.THIS SCOPE IS THE RESPONSIBILITY OF THE DESIGN CONSULTANT. 4.AT THE TIME THESE DRAWINGS WERE CREATED,GEOTECHNICAL INFORMATION WAS UNAVAILABLE FOR ANALYSIS OF THE SUBSTRUCTURE. PRIOR TO CONSTRUCTION,A SITE SPECIFIC GEOTECHNICAL REPORT SHALL BE PROVIDED AT THE LOCATION OF THE STRUCTURES SHOWN IN THESE PLANS RE—TH 8050 CORPORATE CENTER DRIVE SUITE 100J CHARLOTTE,NC 28226 TBPE FIRM NO.18057 Pats,d P,,dmt.U.S.Patent#5,W6 084 08,302,362 08.522 505�I8 839 588 a9 096 975 6 PREPARED FOR PROJECT TITLE. JOB NUMBER: 2023-1977 ozozzp F°nnaTawe mi: 0��� OFFICE LOCATIONS 5 HAGOOD ENGINEERING **Avusao�� �O DATE. 05I 2023 °eM-1 Par'mzT�awO�a"a FLORIDA weq=°mw.mwi rr 4 DESIGNED BY: KPH 3 ASSOCIATES, INC. PermaTra LAKE CREEK TRAIL DRAWN BY: KPH TEXAS pa�rogrmmo°� 2 The Concrete Boardwalk Company LOUISIANA ROUND ROCK,TX CHECKED BV: AMC awo I FOR BIDDING NORTH CAROLINA SHEET NO. ni6 rti°a NO DATE DESCRIPTION BY www.P—t.kc— TEL 877-332-7862 OHIO PT01 f APPROXIMATE NUMBER OF COMPONENTS REQUIRED -N- APPgOAIMATE BWRONALK STRUCTURE IH.NORTHBOUND Q STRUCTURE LENGTH FT(ALONG WApTH AREA •PILES 6 BEAMS CURB LF FRONTAGE ROAD CENTERLINE) BOARDWALK BpD.00 FT•- 11.75 FT.- 90DD SF•- BS Be I— w INTERSTATE HIGHWAY 33 I H.35 SOUTHBOUND 'QUANTITIES SHOWN FRONTAGE ROAD IN TABLE ARE APPRO%IMATE AND SUBJECT TO CHANGE GEORGETOWN RAILROAD \ END BOARDWALK STA.30.00(HAGOOD) STA:8.00(PERMATRA) BEGIN BOARDWALK STA'.22.00(NAGOO11"MATRIK NORTH CA BOARDWALK PLAN STA OH10(PERAATRAK) 6O50 CORPORATE CENTER DRIVE SCALE:NOT TO SCALE SUITE 10aJ CHARLOTTE.NC 28226 TOPE FIRM NO 18057 P--P—US PM-115.906 080 08.302 392 68 522,505 08.839 588 0eM 975 6 PREPARED FOR OFFICE LOCATIONS PROJECT TITLE JOB NUMBER 20231977 5 HAGOOD ENGINEERING ��■■■■�� DATE 0510812023 ASSOCIATES, SNC. �� TEXAS Perm6Tra k• FLORIDA LAKE CREEK TRAIL DESIGNED BY KPH DRAM BY KPH �"'°'"�•"�OJ 3 ROUND ROCK T% n.a...p d w•a' 2 The Concrete Boardwalk Company LOUISIANA CHECKED BY AMC FOR BIDDING NORTH CAROLINA SHEET NO 62 OHIO • �wa•..w. NO. DATE DESCRIPTION BY www parmaVaM.com TEL 977 332 78PT02 r— ��. f"— t"".—I r—" r-- I--- r'+—"" 1111"No'w" we-601• 900-0't 5 1R'THICK X VARIES WIDE X 11'-3'LONG PRECAST CONCRETE PERMATRAK TREADS PERMATRAK PLUS JOINTS a 1/0 -PER JOINT PERMATRAK TREAD'IR, CONCRETE APPROACH mP.l BEAM mpa I I I I PERMATRAK ——'�— CURB(TVP.) 18'0 CF, PIER(TYP) / NOTE: 1.BOARDWALK PUN VIEW DOES NOT SHOW CURVED ALIGNMENT.FOR CURVED ALIGNMENT DETAIL SEE / BOARDWALK PLAN TYPICAL SKEW DETAIL 2.PLAN VIEW IS SHOWN FOR PRELIMINARY DISCUSSION PURPOSES NUMBER OF PRECAST COMPONENTS DETAIL POS SCALE�i/P 1 4Y SITE CONDITIONS,FIELD A D NUMBER OF PIERS SHOWN IN PLAN VIEWARE CONFLICTS AND/CR URVED ALIGNMNARY ENT MENTND SUBJECT TO CHANGE DUE TO 'SHIM d NDN-SHRINK PERMATRAKGROLIT AS REQUIRED TREAD(TYP.) 1/2'MAX SPACING 1/8'RUBBER LEVELING PAD (SUPPLIED BY PERMATRAK) 11-3 PERMATRAK VARIES VARIES TREAD(TYP) 1/9'MIN. MIN CLEAR B — 512'THICK DETAI pT05� 1I F] PERMATRAKTREAD I nil 1/8'ADHESIVE BACKED RUBBER PAD PERMATRAK I SPACERS SUPPLIED BY PERMATRAK PERM-7 ( 1 BEAM TYPICAL TREAD TO BEAM PERMATRAK BEAM(TYP.) CONNECTION SEE DETAIL N 7 'NOTE. ON PT05 NOTE.PLACE RUBBER DUE TO TOLERANCES AND VARIANCE IN PRECAST PADS BETWEEN ANY 1/S'ADHESIVE BACKED RUBBER PAD PRODUCTION AND INSTALLATION ACCURACY,SHIMMING AND 18'0 CAST-IN-PUCE '' ADJOINING TREADS SPACERS(2 PER TREAD)(TYP.I GROUTING MAY BE REQUIRED.MERE REQUIREDTHE ENTIRE BEARING AREA AND VOID SHALL BE SHIM AND CONCRETE PIER mPJ - - _ _ (SUPPLIED BY R S ON TRAK) APPROXIMATE (PLACE SPACERS ON TREAD AS GROUTED WITH NON-SHRINK GROUT. GRADE LINE SHOWN) TYPICAL SHIM/GROUT(UNDER TREAD) TYPICAL SECTION TYPICAL TREAD RUBBER SPACING DETAIL &TREAD SPACING DETAIL SCALE=1Z I-0 SCALE NOT TO SCALE SCALE NOT TO SCALE 9050 CORPORATE CENTER DRIVE SUITE iWJ CHARLOTTE,INC 28226 TBPE FIRM NO.18057 PON—PmaW US Patent%5,906084 118,W2,362 118 522 505 18&'6,588 N90969]5 X023 Pwma*ax®mn 6 PREPARED FOR OFFICE LOCATIONS PROJECT TITLE. JOB NUMBER: 202319]] ,0muft' 5 HAGOOD ENGINEERING �������� �ik- FLORIDA DRAWN By. KPH DATE 05/29/2023 Per '. KPH ASSOCIATES,INC. dra TEXAS LAKE CREEK TRAIL 2 The Concrete Boardwalk Company LOUISIANA ROUND ROCK,TX CHECKED BY AMC t'•'� , FOR BIDDING NORTH CAROLINA SHEET NO. gni msOi NO. DATE DESCRIPTION BV wwx permalrax wm TEL 8]]332]862 OHIO PT03 SEE SITE DRAWINGS FOR DIMENSIONING, FWCUNI REINFORCEMENT,AND CONCRETE MATERIAL REQUIREMENTS OF APPROACH SLAB SEE TYPICAL BEAM BEGBNWNG OR ENDING OF BOARDWALK CONNECTION DETAIL(TYP.) IQ W 0 THREADED BAR CONCRETE APPROACH SUB UB'RUBBER LEVELING PAD ! WITH HUT A WASHER (SUPPLIED BY PERMATRAK) SEE TYPICAL BEAM CONNECTION DETAIL(TYP I FILL AROUND BOLT MEAD 17 EXPANSION P"M-k. MTI SIKAFLEX SELF JOINT MATERNL PERMATRAN ISU[WRUBIBEFILEVELING PAD LEVELING SEALANT 7 CL R TREAD(TYP,I ISUPPLIEO BY PEpIMTRAK) NOT SUPPLIED BY (TYP ALL AROUND) PERMATRAK) APPROXIMATE BERAUTRAK BEAM ITVP I PERYATMK VOID LE BOLT HHOLE GROUND LINE TREAD(T'IP) UNFILLED 2-M BARS I6HNO01(BAROICOCEACH FACE {�-�lPERMATRAK .LASTOY(T ROWS OF 2aI BARS BEAM m,P) SEMINGPAD(TYP) ELASTOMERIC �+ BEARINGPAD(TVP) REWMtEO ILTIr 0H 2110 EP OLE FILLED VMTN SIL- NOT U 100 EPDXY INOT SUPPLIED BV PERMATRAK) CONCRETE FOUNDATION -Q CAST-IN-PLACE PIER %f-CE CAST-IN-PLACE PIER TYPICAL BEAM TO CONCRETE TYPICAL APPROACH DETAIL TYPICAL PIER CONNECTION DETAIL FOUNDATION CONNECTION DETAIL SCALE t' t 0 SCALE I'•t'd' SCALE NOT TO SCALE 10, 5' 1'0 HOLE ELASTOMERIC PAD PLAN SCALE Y•t-0' FIRMA-NUNTH-"ICA W50 CORPORATE CENTER DRIVE SUITE tOGJ CHARLOTTE,NC 211M TBPE FIRM NO 18057 PA N-i U S PYM 05.906 084 08 7D2 06208.522 505 08 8]9.588 09.095 975 Vml1"� nu 6 PREPARED FOR . B). PROJECT TITLE JOB NUMBER 20131971 OFFICE LOCATIONS 5 HAGOOD ENGINEERING ••••••••0001106, • ••1* DATE 0510112020 :aa �w�ro Permarrak FLORIDA ASSOCIATES, INC. TEXAS LAKE CREEK TRAIL DESIGNED BY KPH 0 DRAWN BY KP" wr�w.e+ela.» 1 The Concrete Boardwalk Company LOUISIANA ROUND ROCK TX CHECKED BY AMC FOR BIDDINGNORTHCARaIru SHEET NO /�,� NO DATE DESCRIPTION BY vnxw POrlMMxcom TEL SrJ32-7862 OHIO PTII`E VARIES NOTES: L4z4z 318z0'4' PERMATRAK 1)ONE(1)CLIP ANGLE IS REQUIRED PER TREAD. (COMPOSITE)' 3" TREAD' LOCATION OF CLIP ANGLE ON TREAD SHALL PERMATRAK _ ALTERNATE SIDES FROM TREAD TO TREAD AS SHOWN. TREAD(TYP.) 2)CLIP ANGLES SHALL BE CENTERED ON TREAD AS SHOVM. 3)CURB NOT SHOWN FOR CLARITY. >n y "'1"0 3' ANGLE MAY BE INSTALLED — STAINLESS ON OPPOSITE SIDE OF BEAM STEEL BOLT'. IF SITE CONDITIONS REQUIRE CLIP ANGLE(TYP.) CENTERED ERMATRAK BEAM' CENTERED NOTES 1 SECTION 1,ALL HOLES IN PRECAST SHALL BE DRILLED BY SCALE'.1 12"=1'-0" CONTRACTOR. 2.DRILLED HOLES IN PRECAST SHALL BE 318'0 AND INSTALLED PER MANUFACTURER INSTALLATION REQUIREMENTS. --—--"� 3.'INDICATES SUPPLIED BY PERMATRAK PERMATRAK4.ONE(1)CLIP ANGLE IS REQUIRED PER TREAD.LOCATION OF CLIP BEAM ITYP) ANGLE ON TREAD SHALL ALTERNATE SIDES FROM TREAD TO TREAD. n TYPICAL CLIP ANLGE LOCATION PLAN TREAD TO BEAM CONNECTION APPLIES TO ALL TREADS SCALE:NOTTO SCALE NOTES 1.2'0 PREFORMED HOLES SUPPLIED BY PERMATRAK. 2.CONNECTION HARDWARE SUPPLIED BY PERMATRAK. 3.FILL OVERSIZED DOWEL HOLES Wmi SIKAFLEX-11 FC OR APPROVED EQUAL. 4.AFTER TIGHTENING NUT,DEFORM THREADS ON ROD TO PREVENT LOOSENING _ 5.THREADED ROD SHALL BE GALVANIZED AND I _ HAVE COARSE COILED THREADS TO FIT A MEADOW BURKE CX-28 COIL WINo.'INSERT. Ts GP 412' PERMATRAK CURB (t PERMATRAKCURB 1 J 34'DA X 10 COILED.ROD SIKAFLEX-11 FC W/NUTAND OVERSIZEDWASHER EXPANSIVE FILLER (GALVANIZED)(SEE NOTES) MATERIAL(T,P) B DETAIL 2 SECTION TYPICAL SKEW DETAIL SCALE:112'•1'-0' SCALE:1 12'• 8050 CORPORATE CENTER DRIVE SUITE 1004 CHARLOTTE,NC 28226 TREE FIRM NO.18057 Patented Protluct:U.S.Patent#5,908084 08 302 382 A`0,522 505 98 039 588#9.096 9]5 6 PREPARED FOR'. PROJECT TITLE. JOB NUMBER: 2023-19]] m'tazz W>ermainH9 mss � ■�■���' OFFICE LOCATIONS P.1—,-d 5 HAGOOD ENGINEERING ''■••■■ �i DATE: 05/082023 ASSOCIATES, INC. permaTra k# FLORIDA LAKE CREEK TRAIL DESIGNED BY KPH 3 TEXAS DRAWN BY: KPH °.�4"aH" "^I 2 The Concrete Boardwalk Company LOUISIANA ROUND ROCK TX CHECKEDBV: AMC •� , FOR BIDDING NORTH CAROLINA SHEET NO. ra n w.smaoe NO. DATE DESCRIPTION By per—trakmm TEL 877-332-7862 OHIO PT05 ELEVATED PRECAST CONCRETE BOARDWALK II 01'At I I Y ASSI WAN(I A DESION cRn FRIA IM4,W1­I,­h lb< PROJECT SPECIFICATIONS v4ouPDATFDsEvnmBFg2,,2o ............ It.W -.1111..1 RI 11 ls.�1­­ 11 ­ _ 111.1. I -I......._�1 1'1­. It, 2il,Inrcnm R­.11,11 I All 1­t -1 lcny11­.A.ur th'— 2 1­A V­,­1 AASII 10 1 RH)14,dg ­g. I I i,,A­1 lllidg­ I M­ ,­ ,�-.."t IN I 1­1 V­­ll A.­­­11­1­11­-IIurIJIny C.Jr wid L ........... PRECMTCOWRETF WIARDWATK SYSTEM It %AkRAN I Y 111NM11110NI 11 l.Ik­.,l PARI 1-(;FNFMI FnXrrcvr a Jevµn I­kII,,,,Mush vWl rnalWellrniId,r lk 101­­ A I I li, N,I,., �1­1 ­d III Lit.I­­IL I...... I­­t 12'.­. h+lrum it. II SUMMARY IW 1.1­1 Ir,­_1 A IIWAI1'RIIVAI­HM["R­11 1,-it."W'd I.I......1­­,tl,� ­­­­h,ll�­'­ I'll 1.I­d,Ak 1h.11 11.1 rlr 1­­ ­,l..lhr I ,1­1,­11­1­ht,l n..1,,.,,d u. 11­ It I,,-J.WL -11 WI ....... I DFIA111T)PIAN1 It—- PIAN VI FW FW I A..,­.,I h..­Il.W L luunJuni.n.d lw llnNn.1.1 d­ I I­d 1 1.1 tkull,<'I. NIIA vJaa.lJrnnvNnn ­k I lt�0-1­1­11 N­A.-.,.I ll ­8"P­ t ­1:2 h PARILAI IlFVAII()NVIl­%IIl­RIQRJI­SI1I)I FII I,i.1­.1­-IIkh.J-ItJL .1 12 I P, Ik­du,I 1 uW Ib MT ASI)kFMFNrl AND PAYMENT the fi.,­d uW i,,1.1. Ill I All ­,k t.1,11 N.­IL M A IT—. the 111.11I Ik -h-lItI:e,Ih­ W Ih­­—I­I—.II _NI 11 Aln­­..1 Ik.1.1 d COTH RJ­l­FRJ­NCF IrI,I—, ........1. ....I..............,_t,­ I�. ..... 2 CONSTRtIK-1 It SPECUICA1 lf)N% I­hI,,­t1...d­1.1 PAR f 2-MAl FRIAI S&ITSIIN(i 2 MINIMUMSIANDARDS ­h._­:.1. .It'­­�­ li�I-irJd 1­111­ .l ­,­Ir :.zI I.­IL­,1,­J 1­­­ ­h­ 21 Wd li.,h,,I­ it.,, ­d­1�,.t 11.1",­­l k dh-k�d PRI CAST CONCRT I F 4WI Ill, andethe lrcW`r, A I III ­d II­I N1 P­d,_u_". .,PI A I h�n rr II 111 _.W 2.dii, "w ­h 11 [INA]SIMMISIRIN �IAIP 'l,, ............... ­,A,d.lk 0.­It.1­­1.­11 lk h.W 14-,1 4 N.d­lk ­j b" It :1., Ak 1­­1 11 44.1N 1 1 All 7 klnr,u th<vaau,e,uwr - -rJ.r...Ir—.Ik uAr.n d, pla+­0,t.I I NI IBMI 1-1 At S V­­I WWLrn ­j­11, ­1. All A11 M Al.I I It, k,,w­N,,.4­,,1—xlll mcn<­1­_­­ 1 1—t ­.-­I­ . I m..——t'.­4, Ii A­ ­d,.,Ih­h 1111x1.a.mrmc PART I TXW;I RINI 11 WL­ li­h­­­t 10 T­­nwcnalemkJdcd In..­­ I s­.-.h,.&.,I, 11 ­d I 1­11W -d"I .,4L,d 2 11 PRIFCAStCl�kFn HIIARD­1 1, �1 21,1111—11"1"'"I'll I 11,�IT::­;., 13 Cn,,lo,P,W 0,.2(0 It­­,d,,,.. rj_ A I"­.. ­d"k ­'I­ I) s DRAWIN­­,P J1­1,1Y,­11 IL.IN—,.I<4 1,,,IN,11,Y-t F All m—Ill ........ 'h.,­­ I Ik-.I'd M It 11111­1­ D+SWN IO 101 III it 1,,.Ad­.. c1­­­p,It, LIAT, Wgc., u,d I t,,A.h.­ F.,i­ 4 cl­l, .,.,..h 1.1 Ns 11 Ircuh ij I mwnwln.l,.urJuul\uPlcan'. ­, ............ !wh +IWllrmru did", I 1, .111, 1',­h,t­ I Jin vi rn lsrTsruh<War .,,,,h In DFI Iv RY N I triAtil AND IIANDI IN(. IJ DFM(IN A SI­ ........1.1 1.11.R.I.Lt ­1 Ic ­t" 11 At ...........I the III M...t­­ Wh­h IW­il W 'it t'. N_d.dk usn ululc, ­j _ d I—.-I I W­1w 11 K All it hl.Lkr.I—. M­I., p­t­ ...... ...... I :1­d.AL ­1 ll�ld h0d _A­w, CORPORATE CENTER DRIVE ..Ik SUITE IWj CHARLOTTE N 28226 TBRE FIRM NO 18057 P­­a­­t u5 Patent 15906 D8,,#8 302 162 88522.SOS"8219 588 y9.096.975 PREPARED FOR OFFICE LOCATIONS PROJECT TITLE JOB NUMBER 20231977 DATE ()5�� S HAGOOD ENGINEERING ASSOCIATE FLORIDA S, INC, TEXAS LAKE CREEK TRAIL DESIGNED BY KPH Permi*a%k DRAWN BY KPH 2 CHECKED— The Concrete Boardwalk Company LOUISIANAND BY AMC NORTH CAROLINA FOR BIDDING `77777"PSHEETNG 1I,rr,tIInlk� TEL B".332-7952 OHIO NO DATE DESCRIPTION BY Precast Specsi ADDENDUM NUMBER 2: OF To the Drawings and Project Manuals dated April 28,2023 for: g"'PtE Tfl9s LAKE CREEK TRAIL ..................................... TERRY R. HAGOOD Asprepared by: ....:.............................. . 52960 Hagood Engineering Associates, Inc. A 4, 900 East Main °�' STE��'���'�` Round Rock, Texas 78664 �SS/ONAL EAG Date of Addendum Number 1: MAY 18, 2023 The Contract Documents previously issued for bidding, as referenced above, shall be amended, revised, supplemented, clarified and/or extended by the following information, and this information shall be considered to be a part of the Drawings and Project Manual, as though it had been issued at the same time and incorporated integrally with such Drawings and Project Manual. Where provisions of the following information differ from those of the original Contract Documents, this addendum shall govern and take precedence. I. PROJECT MANUAL Item No. 1: Structural Engineering: A. Structural Engineering Addenda#2 is attached. Item No. 2: Bid Form: A. Remove Bid Form and replace the attached updated Bid Form for Bid Items 25 and 29. II. DRAWINGS Item No. 1: Civil—Grading Plan Sheets C402. C403, C404, C405 A. Extents of Grading for Vegetative Filter Strips has been modified in areas which are clouded. Adjustment to price shall be made for excavation as part of Bid Item 13 and revegetation and final grading as part of Bid Item 36. Item No. 2: Civil—Retaining Wall Profile Sheet C410 A. The vertical joints in the right side wall which are above the trail shall be gapped 3"wide at 8'-0"on center to provide drainage off the trail. Item No. 3: Civil—Cross Section Sheets C421, C422, C423.C424 A. Updated cross sections to reflect grading changes at vegetative filter strip. II. BIDDER QUESTIONS Item No. 1: On the Permatrak boardwalk I do not see a call out for how many total 18" Drilled piers are to be required. Are they all a certain distance apart on the 800' long structure? Response: Piers are generally located on a 10' spacing on each side. For bid purposes under Item AA.7 the piers are part of the lump sum price. The piers to be bid as an 18" diameter reinforced concrete pier at 8' depth and 10' spacing. Item No. 2: How deep are the piers to be drilled? Response: Bid depth for piers to be 8' HEA Job No 15-022 ADDENDUM NO.2 1 of 2 Item No. 3: Is there an Engineers Estimate budget for the Base Bid and the Alternate Bid? , Response: Base Bid - $3 mil No opinion for the Alternate Bid Item No. 4: Is the intent for the bridge to be standard carbon steel or weathering steel? Response: Weathering Steel, please refer to the Structural Engineering Addenda 2 Item No. 5: Will a plan holders list be made available? Response: The following is an unofficial list of plan holders: Muniz Concrete&Contracting, Inc. Lonny Rodriguez Ion nyCa munizcontractin .com Austin Underground, Inc. Santiago Juarez SontiagoPoustin-underground.com Native Plant Rescue Ashley Landry plantrescue(@gwmn.ora Patin Construction Jeff Birkhead estimatingC@patincon.com Liberty Civil Construction Ace Dickehut estimating(@Iibertycivil.com AMTEK USA KAYLAN BURKE amtek.oustin(@amtekuso.com A Greater Austin Development Co., LLC Mark Deadmond mdeadmond(�gad.co L L 11EA Job No 15-022 ADDENDUM NO.2 2 of 2 l 1. Project 001-4437 E Lake Creek Trail Pedestrian Bridge �P(. F� DATE: MAY 18 2023 * • ••• ••** . . ADDENDUM: NO. 2 LUISG. CARO •• ��'..••.116830 •'�,�. PROJECT: LAKE CREEK TRAIL 0'`�RIAN BRIDGE '' �/CENSIS SE�•'•��'�c�� ROUND PEDESTROCK, TEXAS 'I IONAL•E-�� PROJECT DATE: APRIL 28,2023 05/18/2023 CIVIL ENGINEER: HAGOOD ENGINEERING ASSOCIATES, INC. ROUND ROCK, TEXAS Z`'f C6� TO: ALL CONTRACT BIDDERS TO WHOM PLANS AND SPECIFICATIONS HAVE BEEN ISSUED. This addendum forms a part of the contract documents of this project.All items in the drawings and specifications referenced herein shall be supplemented and modified as follows: STRUCTURAL SPECIFICATIONS ITEM NO. S2-1 Specification Section 34 80 00—Prefabricated Pedestrian Bridge A) ADD the following approved bridge manufacturers to specification section 34 80 00— Prefabricated Bridge: BCS Fabrication, Bridge Brothers and Wheeler. Refer to the specification section issued as part of this addendum. END OF ADDENDUM NO.2 Page 1 of 1 { i Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 1 of 14 City of Round Rock Addendum No. 2 SECTION 34 80 00— PREFABRICATED PEDESTRIAN BRIDGE 1.0 GENERAL r 1.1 Scope I These specifications are for fully engineered half through truss (no overhead bracing) bridge of steel construction and shall be regarded as minimum standards for design and fabrication. The work included under this item shall consist of design, fabricating, finishing and transporting the steel truss bridge superstructure including bearings. j 1.2 Definitions 1 • Owner Entity who ultimately will own the bridge • Engineer. Engineering Entity or Firm who will be representing the Owner. • Contractor Entity who will be installing, and/or purchasing, the bridge. • Foundation Engineer. Engineering Entity or Firm who will be designing and detailing the foundation system. • Geotechnical Engineer. Engineering Entity or Firm who will be responsible for providing the Geotechnical information necessary to design the foundation system. • Bridge Manufacturer Firm who will be designing and supplying the bridge in accordance with these Special Provisions. 1.3 Qualified Bridge Manufacturer Each Contractor is required to identify their intended supplier as part of the bid submittal. I Qualified Bridge Manufacturers must have at least 5 years of experience fabricating these types of structures and shall have an up to date quality certification by AISC per Section 14.1 of these specifications. All suppliers shall fabricate their product utilizing a modern fabrication facility owned and operated by the Bridge Manufacturer that includes the use of CNC beam drilling machines, no brokers are allowed. Pre-Approved Bridge Manufacturer: BCS Fabrication 720-472-0736 Email: info(d,)bcsfab.com Bridge Brothers 866-806-0847 Email: sales(a)bridgebrothers.com Contech Engineered Solutions LLC 1-800-338-1122 E-mail: info(d)conteches com Wheeler 952-929-7854 Email: info(@wheeler1892.com I L j Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 2 of 14 City of Round Rock Addendum No. 2 Bridge Manufacturers, other than those listed above, may be used provided the Engineer receives a written request at least 10 days prior to the bid. The written request shall accompany the following information. • Bridge Manufacturer's Product Literature, • Name and resume of Bridge Manufacturer's design professional who will be signing and sealing the engineering submittals, • Copy of current AISC certification, • Representative copies of detailed drawings, field procedures, calculations, quality control manual, welder's certifications, proof of in-house C.W.I., • Listing of projects including owner, location, size, year of fabrication, contact person, • Certification by the Bridge Manufacturer's Design Professional that the bridge proposed will be in accordance with all project development done up to the date of these specifications. The above will be evaluated by the Engineer for accuracy and ability to provide the bridge in accordance with these specifications. Bridge Manufacturers other than those listed above may only be used if the Engineer provides written approval via addendum 5 days prior to the bid. The Engineer's ruling shall be final. 1.4 Bridge Manufacturer's Design Professional and Submittals The Bridge Manufacturer shall have as a direct employee, an engineer who is experienced in bridge design to be in responsible charge of all engineering related task and design. The engineer shall have a minimum of 10 years of experience in bridge design and be a currently licensed civil or structural engineer in the State of Texas and shall be the engineer who will seal and sign the plans. Engineering drawings, 11 x17 format, shall be prepared and submitted to the Contractor or Owner for their review after receipt of the order. Submittal drawings shall be unique drawings, prepared to illustrate the specific portion of the bridge being fabricated. All relative design information such as member size, ASTM/AASHTO material specification, dimensions necessary to fabricate and required welding shall be clearly shown on the drawings. Drawings shall have referenced details and sheet numbers. All drawings shall be stamped, signed and dated by the Bridge Manufacturer's Design Professional. Structural calculations for the design of the bridge superstructure shall be prepared by the Bridge Manufacturer and submitted for review after receipt of the order. Calculations shall include complete design, analysis and code checks for the controlling members, connectivity and support conditions, truss stability checks, deck design, deflection checks, bearings and all splices. 2.0 APPLICABLE CODES AND STANDARDS 2.1 Governing Specifications Bridge shall be designed in compliance with the AASHTO LRFD Guide Specifications for the Design of Pedestrian Bridges, 2009 (AASHTO Ped). Calculations shall be in accordance with this document, and formulas shall reference the appropriate sections. Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 3 of 14 City of Round Rock Addendum No. 2 2.2 Other Reference Codes, Specifications and Standards • AASHTO LRFD Bridge Design Specifications, 9th Edition, 2020 (AASHTO LRFD) • AASHTO LRFD Specifications for Structural Supports for Highway Signs, I Luminaires, and Traffic Signals, First Edition, 2005 (AASHTO Signs) • AISC Steel Construction Manual, 151' Edition, 2017 (RISC) • ANSI/AISC 360-16 Specification for Structural Steel Buildings, 2016 (AISC 360) • American Welding Society, Structural Welding Code, D1.1, 2015 (AWS D1.1) • ASCE/SEI 7-10 Minimum Design Loads for Buildings and Other Structures, 2010 (ASCE 7) • Setra Technical Guide for Footbridges, 2006 (Setra) • ANSI/AWC NDC-2015 National Design Specification for Wood Construction, 2015 (NDS) • Tropical Timbers of the World, US Forest Products Laboratory The AASHTO LRFD Guide Specifications for the Design of Pedestrian Bridges shall control if any conflicting requirements occur with the Other Reference Documents and/or other local Codes ` 3.0 BRIDGE SYSTEM TYPE 3.1 Truss Style The vertical trusses shall be designed such that the top and bottom chord members are r parallel for the entire length of bridge. The interior verticals of the trusses shall be I perpendicular to the top face of the bottom chord and the end verticals of the trusses shall be plumb. Trusses shall be laid out such that diagonals shall be at an angle of 30- degrees or more with respect to the bottom chord. I 3.2 Diagonal Style The vertical truss shall use a single-diagonal, Pratt configuration, where all the diaqonals I are in tension for gravitV loads. 3.3 Floor Beam Location I The bridge shall utilize an H-Section configuration where the ends of the floor beams are welded only to the interior face of the verticals. The distance from the top of deck to the bottom of the bottom chord shall be determined by the Bridge Manufacturer during final design. 4.0 BRIDGE GEOMETRY 4.1 Span Length The bridge span length shall be 114'-0" (horizontal straight line dimension) and measured from end to end of the bridge truss, not including the end dam, any deck extension or bearing that extends beyond the end of the truss. 4.2 Width I The bridge width shall be 10'-0" and shall be as measured from the inside face of t Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 4 of 14 City of Round Rock Addendum No. 2 structural truss elements at the deck level. 4.3 Top of Truss Height Above Deck The top of the top chord shall not be less than 48" above the deck (measured from the high point of the deck). Note that this dimension may be exceeded due to truss height requirements for structural, deflection and vibration requirements. 4.4 Lower Steel Clearance The Bridge Manufacturer shall determine the distance from the top of the deck (measured from the highest point of the deck) to the bottom of any steel member. 4.5 Truss Bay Spacing The number of bays and the dimension of the panel points shall be determined by the Bridge Manufacturer. 4.6 Camber A single simple-span bridge shall have a vertical camber dimension at the mid-span determined by the Bridge Manufacturer such that the deck slopes at any point on the bridge do not exceed the ADA requirements of 8.33%. 4.7 Elevation Difference The top of the decks shall be at the same elevation at each end of the bridge. 5.0 STRUCTURAL DESIGN LOADS 5.1 Dead Load The bridge structure shall be designed for the total bridge weight including the final deck system. 5.2 Pedestrian Loading (PL) The bridge structure shall be designed for a uniform pedestrian loading of 90 psf. This loading shall be patterned to produce the maximum load effects. Consideration of dynamic load allowance is not required with this loading. 5.3 Vehicle Load (VL) When vehicular access is not prevented by permanent physical methods, the superstructure and deck system shall be designed for each of the following concentrated/vehicular loads: • A concentrated load of 1,000 pounds placed on any area 2.5' by 2.5' square. • A single truck shall be placed to produce the maximum load effects and shall not be placed in combination with the pedestrian load. The dynamic load allowance need not be considered for this loading. The truck shall be the following: 0 H5 vehicle (10,000 pound two-axle vehicle with 80% to rear axle). Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 5 of 14 City of Round Rock Addendum No. 2 5.4 Wind Load (WS) f Pedestrian bridges shall be designed for wind loads as specified in AASHTO Signs, Articles 3.8 and 3.9. The loading shall be applied over the exposed area in front elevations of both trusses including all enclosures. In addition to the wind load specified above, a vertical uplift line load as specified in AASHTO LRFD Article 3.8.2 and determined as the force caused by a pressure of 20 psf over the full deck width, shall be applied concurrently. This loading shall be applied at the windward quarter point of the deck width. r 5.5 Seismic (EQ) 1 The bridge structure shall be designed for seismic loading as specified in Section 3.10 of { AASHTO LRFD. The transverse loads shall be calculated considering the transverse period of the bridge and longitudinal loads shall be calculated using a period of zero. A response modification factor of 0.8 shall be used for the calculation of forces applied to the bridge anchorage. A response modification factor of 1.0 shall be used for the calculation of bearing reactions. The transverse seismic load shall be applied to all the bearings and the longitudinal seismic load shall be applied to the fixed bearings only. The vertical bearing reactions shall be calculated using an overturning force on the bridge based on the center of gravity of the bridge times the transverse seismic load. 5.6 Fatigue Load (FL) The fatigue loading shall be as specified in Section 11 of AASHTO Signs. The Natural Wind Gust specified in Article 11.7.1.2 and the Truck-Induced Gust specified in Article 11.7.1.3 of AASHTO Signs only need only be considered, as appropriate. 5.7 Combination of Loads The load combinations and load factors to be used shall be as specified in AASHTO LRFD Table 3.4.1-1, with the following exceptions: • Load combinations Strength 11, Strength IV, and Strength V need not be considered. • The load factor for Fatigue I load combination shall be taken as 1.0, and Fatigue II load combination need not be considered. 6.0 STRUCTURAL DESIGN CRITERIA ; 6.1 Modeling 1 The bridge shall be modeled and analyzed utilizing a three-dimensional computer software which shall account for moments induced in members due to joint fixity where applicable. Moments due to both truss deflection and joint eccentricity must be considered. All loads listed in Section 5 of these specifications shall be applied to the model and analyzed appropriately. 6.2 Lateral Frame and Member Design The bridge shall be designed and proportioned such that appropriate lateral stiffness is provided locally and globally, to ensure that the structure is stable. I Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 6 of 14 City of Round Rock Addendum No. 2 For bridges without any overhead members (Half-Through Trusses), the vertical truss members, the floor beams and their connections shall be proportioned to resist a lateral force applied at the top of the truss verticals at the center of the top chord. This lateral force shall be applied as an additional load to the top of the vertical at the center of the top chord, creating a cantilever moment, which is then added to the forces obtained from the three-dimensional model. The magnitude of this lateral force shall not be less than 0.01/K times the average factored design compressive force in the two adjacent top chord members increased by a factor of safety of 1.33. The top chord shall be analyzed as a column with elastic lateral supports at the panel points, considering all moments due to in-plane and out-of-plane bending, along with moments due to eccentricities of the members. The U-Frame Stiffness of the verticals and floor beams shall be as specified in AASHTO Ped Article 7.1.2, assuming that the vertical and floor beam connection is rigid. This means that the following must be met: • On H-Section floor beam connections, the floor beam width shall be at least 80% of the vertical face width in order to prevent any deformation due to tube wall plastification of the vertical member faces under service loads. The connection design will be checked at Strength I & Strength III load combinations. • On Underhung floor beam connections, the vertical width shall match the bottom chord width in order to transfer vertical moments through the walls of the bottom chord to the verticals with no deformation of the chord side walls due to sidewall yielding or crippling under service loads. The connection design will be checked at Strength I & Strength III load combinations. • The vertical and floor beam members shall not be connected to faces of the bottom chord at a 90-degrees to one another. • All fixed end moments in the floor beams and verticals due to floor beam rotations, in addition to the loads derived from a U-Frame analysis have been accounted for in the strength design of the connections. The vertical and floor beam members shall be proportioned such that the effective length factor, K, used in the design of the top chord shall not be greater than 2.0. The end verticals shall be designed as a simple cantilever to carry the loads obtained from the three-dimensional model, plus the cantilever moment due to a lateral load of 0.01 times the axial force in the end vertical, applied laterally at the top end of the end vertical at the center of the top chord. The floor beams shall be sized for the forces obtained from a simple span, pinned end analysis, or from the forces obtained from the three-dimensional model, whichever controls. The diagonals and brace diagonals shall be analyzed as pinned-end connection members. Interior verticals shall be analyzed as pinned-end connections unless longitudinal forces are applied to the verticals such as when the brace diagonals are connected to floor beams on an H-Section floor beam configuration. When longitudinal forces are applied to the verticals they shall be analyzed as fixed-end connections. All other members shall be analyzed as fixed-end connections. i Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 7 of 14 City of Round Rock Addendum No. 2 HSS member connections shall be evaluated per the requirements of RISC 360 Chapters J & K. 6.3 Deflections The vertical deflection of the bridge due to the unfactored pedestrian live loading shall not exceed 1/360 of the span length. The horizontal deflection of the bridge under unfactored wind loading shall not exceed I 1/360 of the span length. 6.4 Fracture The fracture toughness requirements and designation of Fracture Critical Member and Main Member designation are hereby waived for these structures. 6.5 Vibrations Vibration of the structure shall not cause discomfort or concern to the users of the bridges. To assure this, the fundamental frequency (0 of the pedestrian bridge in the vertical direction, without live load, shall be greater than 3.0 hertz (Hz) to avoid the first harmonic. The fundamental frequency of the pedestrian bridge in the lateral direction, shall be greater than 1.3 Hz. If the fundamental frequency cannot satisfy these limitations, then the bridge should be proportioned such that either of the following criteria are satisfied: f> 2.86 ' In(180/VV) l or W> 180 " e(-o ss•n Where W is the weight of the bridge in kips and f is the fundamental frequency in the vertical direction in Hz. For bridges longer than 85 ft and shorter than 125 ft the vertical and horizontal vibration must also meet the requirements for Bridge Class III with a Mean comfort level in accordance with Setra. 7.0 DECK SYSTEM 7.1 Deck System Deck to be comprised of Reinforced Concrete designed to span from floor beam to floor beam Reinforced concrete shall be normal weight concrete (145 pounds per cubic foot maximum) and shall have a minimum compressive strength of 4,500 psi at 28 days, with an air content of 6% +/- 1.5%. Concrete mix design, materials, quality, mixing, placement, finishing and testing shall be in accordance with the requirements of Section 552 of Federal Highway Administration Standard Specifications for Construction of Roads and Bridges on Federal Highway Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 8 of 14 City of Round Rock Addendum No. 2 Projects (FP-14). FP-14 can be viewed or downloaded at: http://flh.fhwa.dot.gov/resources/specs The surface of deck concrete shall be finished with a sidewalk finish per Section 552.14(c) of FP-14. Stay-in-place galvanized (G90 coating) metal form deck shall be used and shall be designed to support the weight of the wet concrete plus a 20 pounds per square foot construction load. Form deck shall be shop attached to floor beams via self-drilling fasteners, welding or power actuated fasteners. Welding shall not be used on painted or galvanized bridges. The longitudinal sheet laps shall be attached with self-drilling self- tapping fasteners at 36-inch maximum spacing. The attachment of the form deck to the floor beams is only necessary to keep the form deck in place during transportation and during the concrete placement. The form deck is not to be used for diaphragm action or composite action and provides no structural benefit to the truss or the deck after the concrete is set. Metal form deck panels shall be of a length to span a minimum of two bays of the truss supports. The top of deck to bottom of form deck shall be as required to support the anticipated loads but shall not be less than 5". The concrete deck shall be designed to span longitudinally from floor beam to floor beam and to support the loads specified in Section 5.0 of these specifications. A distribution width of deck is allowed, to support the anticipated vehicle wheel loads. This distribution width (E in feet) shall be the narrower of the following: • E =4 + .06S o Where S is the floor beam spacing minus one-half of the floor beam width. • One-half of the total driving width of the bridge deck. • 0.75 times the lateral wheel spacing of the vehicle. • 0.6S +Wheel Width o Where S is the floor beam spacing minus one-half of the floor beam width. o The Wheel Width (in inches) is 2.5 *x(00 SP) , where P is the wheel load in pounds Reinforcing steel shall be ASTM A615 Grade 60 non-coated bars. All bar bends, anchorage and splices shall be in accordance with AASHTO Specifications. Top reinforcing shall have a minimum clearance of 2"to the top of deck. Bridge Manufacturer shall designate the estimated slab thickness and reinforcing requirements at time of quotation. These estimates are to be used for quoting purposes only. Actual quantities may vary during the final design process, with costs variances due to any changes to the quantities being the sole responsibility of the contractor. Contractor shall supply all concrete and reinforcing materials. 8.0 MATERIALS OF CONSTRUCTION 8.1 Structural Steel All members of the truss and deck support system shall be fabricated from square or rectangular hollow structural shapes (HSS), with the exception that floor beams may be wide flange shapes. All open ends of end posts and floor support beams shall be capped. Drain holes shall be provided for all sections at the low point of the member that may Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 9 of 14 City of Round Rock Addendum No. 2 become filled with water. All bridges shall be fabricated using A847 for HSS sections and A588 for structural shapes and plates. Minimum nominal thickness of primary hollow structural shapes shall be 1/4" Rolled shapes shall have a minimum thickness of 1/4". 8.2 Fasteners Structural bolts used to field splice or connect all main members shall be ASTM F3125 Grade A325. The nuts for these structural bolts shall be ASTM A563. The Bridge Manufacturer shall determine the finish of the structural bolts. They will be either Type 3 (Weathering) or Type 1 (Hot-Dipped or Mechanically Galvanized) as specified by the Bridge Manufacturer. ; Bolts used for the connection of a wood rub rail shall be 18-8 or 316 Stainless Steel, '/4" diameter carriage bolts. Screws for the attachment of wood deck shall be steel, 5/16" diameter, six lobe drive, self-tapping screws. The screws shall have flat heads for the screws in the wood and round heads for the screws on the edge cover. The screws shall have a protective coating that will prevent corrosion due to contact with treated wood and environmental exposure. Self-drilling fasteners for attachment of the form decking shall be#14 x 1"zinc plated hex washer head Tek screws. Power Actuated fasteners shall be Hilti sheet metal nail X-ENP-19 fastener. Other miscellaneous fasteners shall be ASTM A307 zinc plated or galvanized, as determined by the Bridge Manufacturer. 9.0 FINISH For corrosion resistant high-strength low-alloy (weathering) steel no surface finish treatment is necessary. All exposed surfaces of structural steel to be cleaned in accordance with Steel Structures Painting Council Surface Preparation Specifications No. 7, SSPC -SP7 brush-off blast cleaning. Exposed surfaces of steel shall be defined as those surfaces seen from the deck or from the outside and bottom of the structure. All other surfaces to have standard mill finish. The steel will be allowed to form a protective weathering patina over time. 10.0 ATTACHMENTS 10.1 Safety Rails Safety rail system shall be placed on the inside of the structure, spaced so as to prevent a 4" sphere from passing through the side truss for the full height of the side truss, or 42", whichever is less. The top of the top chord may be considered the top of the rail system. Rails system shall consist of horizontal rails Rails shall be L 1 '/4 x 1 '/4 x 1/8 placed at a 45-degree orientation with both legs welded to truss verticals and with a maximum unsupported length of 6'-0" if placed on the inside of the structure and 7'-0" if placed on f a Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 10 of 14 City of Round Rock Addendum No. 2 the outside of the structure. If the truss vertical spacing is greater than the maximum unsupported length, mid-bay supports will be required. When safety rails are placed on the inside of the structure and not covered by the end vertical, the ends of rail near the end of the bridge shall be mitered at a 45-degree angle, capped and ground smooth. No solid plate covering all rails as a unit will be allowed. Each element of the pedestrian rail system shall be designed to support a uniformly applied load of 50 pounds per lineal foot, both transversely and vertically, acting simultaneously. In addition, each longitudinal element shall be designed to support a concentrated load of 200 pounds, which will act simultaneously with the above uniform loads at any point and in any direction at the top of the longitudinal element. The posts of the pedestrian rail system shall be designed for a concentrated load applied at either the center of gravity of the upper longitudinal element or 60" above the top of the walkway, whichever is less. This concentrated load shall be equal to 200 pounds plus 0.05 times the post spacing in feet. 10.2 Toe Plate Toe Plates shall be steel channel shape section, 4" high by 1"wide minimum with the end of the channel legs welded directly to the inside face of the truss verticals. The maximum unsupported length shall be 7'-0". If the vertical spacing is greater than the maximum unsupported length, mid-bay supports will be required. When the ends of the toe plates near the end of the bridge are not covered by the end verticals, they shall be capped and ground smooth. The bottom of the toe plate shall be placed 2" above the finished height of the deck. All seams of the toe plates shall be fully welded to give the appearance of a continuous member(welding should be located at a support member). If toe plates are incorporated into a safety rail system, they may be modified as needed but shall be a minimum of 4" high. 10.3 Rub Rail Rub Rails shall be provided at a height of 3'-6"from top of the deck to the top of rub rail. Rub rails shall be steel channel shape section, 4" high by 1" wide minimum with the end of the channel legs welded directly to the inside face of the truss verticals. The maximum unsupported length shall be 7'-0". If the vertical spacing is greater than the maximum unsupported length, mid-bay supports will be required. When the ends of the rub rails near the end of the bridge are not covered by the end verticals, they shall be capped and ground smooth. All seams of the rub rails shall be fully welded to give the appearance of a continuous member(welding should be located at a support member). If rub rails are incorporated into a safety rail system, they may be modified as needed but shall be a minimum of 4" high. 10.4 Expansion Joint The gap between the end of the bridge deck and the back wall of the foundation system be sized to accommodate bridge movements due to thermal expansion of the bridge over the design temperature range. The gaps shall be covered with a steel cover which attaches to the bridge and extends over the gap and onto the top of the foundation system back wall. The steel cover shall have its edges rounded or beveled at a 45- degree angle. A compression seal sized for movement and rated for pedestrian traffic may be used in place of the steel cover. l Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 11 of 14 City of Round Rock Addendum No. 2 11.0 BEARINGS f 11.1 Bearing Type r Bearing type and size shall be designed by the Bridge Manufacturer based on anticipated 1 loads and movements. 11.2 Design Temperature Range The Design Temperature Range will be site specific and will be determined per AASHTO LRFD Article 3 12.2 11.3 Non-Shrink Grouting The bridge will be supplied with a lower setting plate. This setting plate shall be leveled and shimmed to the proper elevation. The space between the lower surface of the setting plate and the foundation surface shall be filled with a non-shrink grout capable of achieving a minimum compressive strength equal to or greater than the strength of the foundation concrete. The cost of the leveling, shimming, and non-shrink grout shall be the responsibility of the Contractor. 12.0 FOUNDATIONS 12.1 Foundation System Foundation system shall utilize abutments designed by the Foundation Engineer in I conjunction with the bridge bearing requirements and dimensions provided by the Bridge Manufacturer and the site-specific geotechnical information provided by the Geotechnical Engineer. All abutment dimensions and materials shall be shown on the final contract plans. 12.2 Anchor Bolts Bridge Manufacturer shall design the diameter and grade of anchor bolts, based on the [ shear and tensile strength of the anchor bolt material only. All design considerations regarding concrete breakout strength in shear and tension, pullout strength, concrete side-face blowout strength, concrete pry out strength, embedment depth, type of anchorage or any other concrete failure modes are the responsibility of the Foundation Engineer and shall be shown on the final contract plans. All anchor bolts shall be galvanized. The Foundation Engineer shall determine if the anchor bolts shall be cast-in- place, drilled/epoxy, or expansion anchors. Anchor bolts shall be provided and installed by the Contractor. 13.0 FABRICATION I 13.1 Welding l Welding procedures and weld qualification test procedures shall conform to the provisions of AWS D1.1. Filler metal shall be in accordance with the applicable AWS Filler Metal Specification and shall match the corrosion properties of the base metal Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 12 of 14 City of Round Rock Addendum No. 2 13.2 Welders Welders shall be qualified for each process and position used while fabricating the bridge. Qualification tests shall be in accordance with AWS D1.1. All weld qualifications and records shall be kept in accordance with the Fabricator's Quality Assurance Manual which has been approved and audited by AISC as the basis for certification. 13.3 Shop Splices Shop splices for main truss members shall be full penetration welds all around the perimeter of the member. These shop splices shall be performed using a full perimeter backing plate. After welding of the shop splices, the weld shall be ground smooth to match the perimeter of the member. Grinding these welds smooth is required and will be grounds for rejection of the bridge upon delivery if not completed. Shop splices for all horizontal rail components to be located at the centerline of the truss verticals, each end welded to the truss vertical and seal welded together. Exposed surface of the seal welds as seen from the deck shall be ground smooth. Shop spliced for all horizontal stringers to be located at the centerline of the floor beams, each end welded to the floor beam and seal welded together. 13.4 Bolted Splices For shipping purposes, the bridge may be fabricated in sections. Sections shall be field assembled using bolted connections. No field welding of members shall be allowed. The chord members of the bridge shall be bolted such that at least two faces of the member are bolted. This is to provide reasonable force distribution around the perimeter of the member. Bolted splices shall be designed and fabricated such that the head of the bolt and washer are the only item exposed. No through-bolting of the member is allowed. The nuts of the fastener cannot be welded to the internal splice plate and shall be held in plate with a nut capture system per Patent US 10,267,345 B2 or equal. The diagonals and brace diagonals shall be bolted utilizing a through-bolt system with plates on the exterior faces of the members. An internal stiffening plate is required to keep the member from crushing during the bolt tightening process. All bolted connections are considered to be pretensioned or slip-critical connections. All bolts are to be pretensioned per the requirements of section 8.2 of the Specification for Structural Joints Using High-Strength Bolts. Recommended tightening method of all structural bolts shall be Turn-of-the-Nut Pretensioning. 14.0 QUALITY CONTROL 14.1 AISC Certification The bridge shall be fabricated in a shop owned by the Bridge Manufacturer. This facility shall have up to date quality certification by AISC as Certified Bridge Fabricator- Advanced (Major)with Fracture Critical Endorsement and Sophisticated Paint Endorsement. Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 13 of 14 City of Round Rock Addendum No. 2 14.2 Certified Weld Inspector f The Bridge Manufacturer shall employ a Certified Weld Inspector(CWI), with 1 endorsement by AWS QC1. This CWI shall be present during the complete fabrication of the bridge. The CWI shall provide written documentation that the bridge has been fabricated in accordance with these specifications and the approved design drawings. 14.3 Documentation Material Certifications shall be available for review for all materials within the bridge. Traceability of heat numbers is required for all structural steel. r Documentation showing the performance of all critical quality checks shall also be made I available for review by the Engineer or Owner. 4 { i 14.4 Non-Destructive Testing All welds within the structure, shall be visually inspected for conformance to size, under cut, profile and finish. All shop splices of main truss members shall be magnetic particle tested. 15.0 DELIVERY AND ERECTION 15.1 Delivery Delivery shall be made via truck to a location nearest the site which is accessible to normal over-the-road equipment. All trucks delivering bridge materials will need to be unloaded at the time of arrival. If the erection Contractor needs special delivery or delivery is restricted, they shall notify the Bridge Manufacturer prior to bid date. This includes site issues which may prevent over-the-road equipment from accessing the site. Steerable dollies are not used in the cost provided by the Bridge Manufacturer. Determining the length of bridge section which can be delivered is the responsibility of the Contractor and shall be communicated to the Bridge Manufacturer prior to the bid date. 15.2 Installation & Lifting Procedures. The Bridge Manufacturer will provide standard typical written procedures for lifting and splicing the bridge. All actual means, methods, equipment and sequence of erection used are the responsibility of the Contractor. 16.0 WARRANTY I The Bridge Manufacturer shall warrant, at the time of delivery, that it has conveyed good title to l its steel structure, free of liens and encumbrances created by the Bridge Manufacturer, and that its steel structure is free of defects in design, material and workmanship. This warranty shall be valid for a period of one(1) year from the earlier date of delivery or 60 days after final fabrication is complete. Durable tropical hardwood decking and hardwood attachments shall carry a one (1) year warranty against rot, termite damage, or fungal decay. This warranty shall specifically exclude all softwood and decking material such as Treated Southern Yellow Pine, Douglas Fir and Wood thermoplastic composite lumber(e.g. Trex) Paint, galvanizing and other special Project 001-4437 34 80 00 Prefabricated Pedestrian Bridge Lake Creek Trail Page 14 of 14 City of Round Rock Addendum No. 2 coatings, if warranted, shall be warranted by the coating manufacturer in accordance with their warranty provisions and are not covered under the Bridge Manufacturer's warranty. This warranty shall not cover defects in the steel structure caused by abuse, misuse, overloading, accident, improper installation, maintenance, alteration, or any other cause not expressly warranted. This warranty shall not cover damage resulting from or relating to the use of any kind of de-icing material. This warranty shall be void unless owner's records are supplied that show compliance with the minimum guidelines specified in the in the Bridge Manufacturer's inspection and maintenance procedures. Repair, replacement, or adjustment, in Bridge Manufacturer's sole discretion, shall be the exclusive remedy for any defects under this warranty. This warranty shall exclude liability for any indirect, consequential, or incidental damages. END OF SECTION f BID FORM PROJECT NAME: LAKE CREEK TRAIL PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: April 28, 2023 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the Work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the Work on which he bids as provided by the attached Bid Documents, and as shown on the plans for the construction of LAKE CREEK TRAIL- ROUND ROCK WEST PARK TO CENTENNIAL PLAZA r and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the I time stated, for the following prices,to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at round rocktexas.eov/solicitations by the close of business on May 12,2023 Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges receipt of the following Addenda by listing Addendum "number" and "date". BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 1 1 EA MOBILIZATION complete in place per RR 700 t[ for dollars and cents. 2 1 EA PROJECT SIGNS complete in place per RR 802 I for dollars l and cents. 3 2 EA STABILIZED CONSTRUCTION ENTRANCE complete in place per RR 641 for dollars and cents. l 00300-9-2015 Page 1 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 4 125 LF ROCK BERM complete in place per RR 639 for dollars and cents. 5 5,700 LF SILT FENCE complete in place per RR 642 for dollars and cents. 6 1 LS BARRICADES, SIGNS AND TRAFFIC HANDLING complete in place per TXDOT 502 for dollars and cents. 7 48 STA PREPARING ROW complete in place per RR 101 for dollars and cents. 8 48 STA CLEARING AND GRUBBING complete in place per RR 102 for dollars and cents. 9 2,100 LF TREE PROTECTION FENCING complete in place per DET for dollars and cents. 10 2 EA CONCRETE WASHOUT complete in place per DET for dollars and cents. 00300-9-2015 Page 2 of 6 Bid Form BASE BID f Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 11 1 EA CONCRETE REMOVAL AND DISPOSAL complete in place per RR 104 for dollars and cents. 12 10,000 SY SALVAGING AND PLACING 1 TOPSOIL 1 complete in place per RR 601 for dollars and cents. f 13 2,850 CY EXCAVATION-SHARED USE PATH, REFER TO S.U.P. F SECTIONS complete in place per TXDOT 110 for dollars and cents. 14 2,100 CY EMBANKMENT(FINAL) SHARED USE PATH, REFER SUP SECTIONS complete in place per TXDOT 132 for dollars and cents. 15 790.00 SF DRY STACK QUARRY STONE WALLS(0'-4') complete in place per RR 623 for dollars and cents. 16 2,025.00 SF DRY STACK QUARRY STONE WALLS(4'-8') complete in place per RR 623 for dollars and cents. 17 1,325 SF DRY STACK QUARRY STONE WALLS(8'-12') complete in place per RR 623 for dollars and cents. 00300-9-2015 Page 3 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 18 1,225 SF DRY STACK QUARRY STONE WALLS(12'-16') complete in place per RR 623 for dollars and cents. 19 80 CY CONCRETE FOOTING FOR STONE WALLS complete in place per TXDOT 420 for dollars and cents. 20 4,735 LF CONCRETE SHARED USE PATH (5"THICK)(10' WIDE) complete in place per TXDOT 531 for dollars and cents. 21 415 LF RAIL(GUARDRAIL) complete in place per TXDOT 450 for dollars and cents. 22 350 LF FENCING-CHAIN LINK 6' BLACK VINYL COATED complete in place per RR 701 for dollars and cents. 23 120 LF ADA RAMP HANDRAIL complete in place per RR 701 for dollars and cents. 24 1 EA CURB RAMPS complete in place per TXDOT 531 for dollars and cents. 25 2,285 SF CONC SIDEWALKS(5") complete in place per TXDOT 531 for dollars and cents. 00300-9-2015 Page 4 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantit} Unit and Written Unit Price Unit Price Amount 26 30 CY CONCRETE TRENCH FILL PER SHEET C441 complete in place per TXDOT 531 for dollars and cents. 27 45 SY CONCRETE RIPRAP-5" THICK PER SHEET C441 (- complete in place per TXDOT 531 I for dollars and cents. 28 120 LF CONCRETE PIERS(30" DIA) t complete in place per TXDOT 420 for dollars and cents. 29 12 CY CONCRETE FOR BRIDGE ABUTMENTS complete in place per TXDOT 420 for dollars and cents. 30 1 EA PREFABRICATED PEDESTRIAN STEEL TRUSS SPAN= 114' complete in place per RR 726 for dollars and cents. 31 2250 SY EROSION MATTING,TYPE C complete in place per RR 605 for dollars and cents. 32 500 SY LLANDLOK 450 EROSION MATTING complete in place per RR 605 for dollars E and cents. t` l 00300-9-2015 Page 5 of 6 Bid Form I 1. BASE BID Bid Item Description Item Approx.Quantity Unit and Written Unit Price Unit Price Amount 33 6 EA DUMOR BENCH INCL.CONC PADS AND INSTALLATION complete in place per for dollars and cents. 34 2 EA WEBCOAT TRASH RECEPTACLE INCL. INSTALLATION complete in place per for dollars and cents. 35 1 EA ZERO WASTE USA DOG WASTE STATION complete in place per for dollars Iand cents. 36 1 LS RE-VEGETATION,AS NEEDED,INCL FINE GRADING IAS NECESSARY. SOIL PREP. complete in place per for dollars and cents. #REF! 37 12 MO 1-YEAR MAINTENANCE PACKAGE TO ENSURE PROJECT WARRANTY COVERAGE complete in place per for dollars and cents. #REF! TOTAL BASE BID(Items 1 thru 43 ) Materials: All Other Charges: * Total: * Note:This total must be the same amount as shown above for "Total Base Bid" 00300-9-2015 Page 6 of 6 Bid Form ipMsu'>twiT�+r • i f � 1 iii I s; I °"'• I I a I'�� I � i °TTT i 0',40 'Frw'a 7 a r a I + I I � � i I� •7r I'!i a Rt�� � t�q � � •�, €;Ea Cgr3 I I al°a IF I Ti + ° yN+1 i � a I •` I MAIM j I II I • � / I - )))■■■ ro'm,. • it � i 9 I i i a • �l � I t� � it i. I ! i � a - n.�$ w ami L 6 .•� v� o��=� M<1fNtIN(3[SN-��-�--�- J 3 w me oa SITE DEVELOPMENT PLANS r 1 LAKE CREEK TRAIL ws7 ii ROUND ROCK WEST DRIVE TO CENTENNIAL PLAZA ROUND ROCK•TX 78665 p I1 1 I ilk Nill Nii. uwm.v ..,, inn i Q '11 w o �I ► `I��t ail � I Ni t SITE DEVELOPMENT PLANSb LAKE CREEK TRAIL ' ROUND ROCK WEST DRIVE TO CENTENNIAL PLAZA .aF A9�! 1, 1 ■ ROUND ROCK,TX 78665 I�I g �� 'a a a .s •• • I rwan ••. ,' i k m y 11 I 1 i !_a !• � ant to I n-mn o-m q i 1 y I' o-mn ; it a - 1ala • a t aa SITE DEVELOPMENT PIANS n t nm mn. LAKE CREEK TRAIL ate Atli e�* i EE�I (_ ROUND ROCK WEST DRIVE TO CENTENNIAL PLAZA P�f !���i i \/■ ROUND ROCK,TX 78663 4 ° •n Ualf'M!•MWs.nsaJ.ri�ifon ur...Lw�[.�b.:f®[.m1.. i � i it,� lip N� ISI • a uo. ua tea, SITE DEVELOPMENT PLANS 'e QP, LAKE CREEK TRAIL = A ! if•EIs ROUND ROCK WEST DRIVE TO CENTENNIAL PLAZA ! IROUND ROCK,TX 78665 � .: ill ■ r,umis:n..zvuw.r...zo isa•,smu.cr*wa..�c+,o,s®umr. ■o■ moon wAu:ILiT SG u.ao ro u«�� 720- 710-i 6=i I .6==i =L==[-5 10- 710- 0 u.n n.m N.m uNl '-:YL WALL-WWSTA6 25M4.10 YAwv Yrw � NN L!J IL- 720- r Y> Y� -7 710- -710 •71 sMAW • a u ...a •.Y Nw N.s uw uw Z O WAlL.MW IA46.1Oro67.)6 IE W x�oY r.Y rrne r.Y y o 0 �--+ va K va yr Yrur Y N Z 140. I _ -7 p �S3E _ -� YM O rdO r -Y•Y _ 710- ® -71 gym' nArA�ra�6�r W�u Ylmg1Yl�Oao.m.Yc o�wu .•,�.C.M YKP�[1�YM YYLL ,��r--r_ i>r �,�r_� AOYu - NY�� IOrGOYUYCiYNYgiM I I I� �Y YY.Y101M'. 740- -720 4 A r �M YYYOY 710. -71 It Y• 010 y% _�___ �YY.Y N> i -�YY�1.�[ ■ d N 1. m- � -YYYYI.I ■ 1 LY�a�iY rY.OYIYY�YN• �' �_w�...a —...YNolww. LY�a�s .Y.orY�r • Y.�nr W IL mMA"Wu Ir 16'KGM g.17MEMrlf 1 SHOW Nb G10 01 CHOPPED LIMESTONE WALL DETAILS I NTS ■ aY11w1Ya � ■o■ RAGOOD AA SN)L ffA 5150 9A 6100 SLA daA16 SIAda50 SfA6N0.M no9olo�a9c� / s ns ns n s s STA 7100 SLA 9a" 9A 9aS0 SIA LIN STA 6150 SLA 9107-01 aa ro ro ro ro ro ro ro ro =d i.9 f Y OF� v 6 W G g;O \ V 0 2 7 O sY 9&91m SIA 9aS0 SIA IpaOp 9A 101]9.12 SIM WWI 9A WW nn. ro - ro ro ro ro ro ro ro i ro g s ns .J TRAIL CROSS 2 IDSECTIONS iitF PUN N0. son HA kOO2 PA IOr0000 PA II WI SfA 11.70.]• WIIHO SG IIHAI• SfA 1].00 � ro m m m m ro ro m m m Offf•oflsY4 �n•1 - r•afsn••n�, An Tf of nl M T> of T• of In f a a a • a • n n a a e a a n a a a • s • n n a a a a • n a a a • a • n n • a o a • n >u 17.•00• PA 11.90 PA I2N11M S1A 17.0•M PA 11.00 PA 17.70 G ZEU OY��Yj f�if Z — Y� O m G Z of of ro of ro M M n1 M M ro PA 14.00 PA W&A PA 14+UW SrA N.'S 10117.0035 PA 17.00 m ro ro m m ro m m m m m m m m m m m m I ro m ro ro i ] n a a • a a n f ] n a n o a • n e .n .• a o a a n of ] n a a e a • n f l n a • n . • T ] T • a . a a o f 4 or ( l\ mT rwf CROSS SFRIONS i "0422 Lrt lila a0 F�GOOD SG IS.SO SIA 16.00 SG 16.011 AA 16.30 UA 16.WA6 SIA 11.00 ns la las ne n9 ne •���" no ...w.....,..ba 1jp ,..w...,,..,,w.o. ra m .�.........,wn m In r...w.......,w. ...w...:..,,w.. 110 ,��,....:.��,.m� :',�.`'• ba no - ne rn ne 1n �mn rn n no n ns ne1. o 9&17+57,46 SIA 11.30 sIA 18WLll SIA18+00 SIAINSO SG 18.1011 t\ m ne m m Ib m m m 1 =m Z � ltl 1n - na lb 2 - of ns - 7b >Y Z W= b a K G Z J O 11a s o ns ns ns s s n m b 0 b a n m b o b a n n m b 0 b n n A m b 0 b b n n 0 b b 11 1f m m 0 b n n SIA 19+00 M19.1111 ST119.50.18 SIA19.30 SIA19N761 57&111+0.10 ns )a >b )b >b )s M >b :W . n0 1n m no ro 7b R I--� E S 1 _n .n o n a n m 1 11 m a o n a n n a a o n so n n m n o n a 11 s t n a a o n a n 1 n TRAIL CROSS O SECTIONS 0423 .47E nw 11o. � Oh 1MY 4R P 4LVJ r w SNOI11 SSmOD ll no a o f Y r r E sS n 4 W , W W ii of 1 v v v v v r v v v W"w 6M91E ISSSNSVlt L1 LS+RYE .,. 610,R17S OWKv6 Y ■ i • ! f f Y ■ R • f f f A R Af ! R Y 4 ■ ! Y 4 R' f r C Z O R W ,Y of a c I C C-Z omoo I v a,R Mi S•,R V6 iM{Vli cOrK V6 aN[VE a ss a �� si 4 Y ■ Y 4 _0��= W r r W W � � W r � _1�■` r •,,�� v ...cam. v v .v` v v .."`�. r W r � v v .... v v ...s _ v / Ria VK SNR VR RN{M 00•it vls ' a�a VIS ' OOsOt v6 Now ADDENDUM NUMBER 3: To the Drawings and Project Manuals dated April 28,2023 for: ",PSE.OF ...*, 5 S LAKE CREEK TRAIL * `* '............................:. TERRY R. HAGOOD As prepared by: ...................................t..... �0 52960 Hagood Engineering Associates, Inc. P 900 East Main °'"Vic!S7E��� ?�" Round Rock, Texas 78664 �SSIONAL Date of Addendum Number 1: MAY 22,2023 The Contract Documents previously issued for bidding, as referenced above, shall be amended, revised, supplemented, clarified and/or extended by the following information, and this information shall be considered to be a part of the Drawings and Project Manual, as though it had been issued at the same time and incorporated integrally with such Drawings and Project Manual. Where provisions of the following information differ from those of the original Contract Documents, this addendum shall govern and take precedence. I. PROJECT MANUAL Item No. 1: Bid Form: A. Remove Bid Form and replace the attached updated Bid Form B. Bid Form removes Bid Item 37. C. Corrects the"TOTAL BASE BID ITEMS (43)to`TOTAL BASE BID ITEMS (36). II. DRAWINGS - NONE III. BIDDER QUESTIONS Item No. 1: Bid form page six references "TOTAL BASE BID (Items 1 thru 43)" but there is only 37 items. Which is correct? Response: The 43 is wrong, there are only 37 items total. However, with this Addenda, Bid Item 37 is being removed, so there will be only 36 Base Bid Items. Please refer to the attached revised Bid Form. HEA Job No 15-022 ADDENDUM NO.3 1 of 1 BID FORM 1 PROJECT NAME: LAKE CREEK TRAIL PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: April 28, 2023 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the Work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the Work on which he bids as provided by the attached Bid Documents, and as shown on the plans for the construction of LAKE CREEK TRAIL- ROUND ROCK WEST PARK TO CENTENNIAL PLAZA and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated,for the following prices,to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at roundrocktexas.Aov/solicitations by the close of business on May 22,2023 Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges receipt of the following Addenda by listing Addendum "number" and "date". BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount I I EA MOBILIZATION complete in place per RR 700 for dollars and cents. 2 1 EA PROJECT SIGNS complete in place per RR 802 I for dollars and cents. 3 2 EA STABILIZED CONSTRUCTION ENTRANCE complete in place per RR 641 for dollars and cents. L l:. 00300-9-2015 Page 1 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 4 125 LF ROCK BERM complete in place per RR 639 for dollars and cents. 5 5,700 LF SILT FENCE complete in place per RR 642 for dollars and cents. 6 1 LS BARRICADES, SIGNS AND TRAFFIC HANDLING complete in place per TXDOT 502 for dollars and cents. 7 48 STA PREPARING ROW complete in place per RR 101 for dollars and cents. 8 48 STA CLEARING AND GRUBBING complete in place per RR 102 for dollars and cents. 9 2,100 LF TREE PROTECTION FENCING complete in place per DET for dollars and cents. 10 2 EA CONCRETE WASHOUT complete in place per DET for dollars and cents. 00300-9-2015 Page 2 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount I 1 1 EA CONCRETE REMOVAL AND DISPOSAL complete in place per RR 104 for dollars and cents. 12 10,000 SY SALVAGING AND PLACING TOPSOIL complete in place per RR 601 for dollars and cents. 13 2,850 CY EXCAVATION-SHARED USE PATH,REFER TO S.U.P. SECTIONS complete in place per TXDOT 110 for dollars and cents. 14 2,100 CY EMBANKMENT(FINAL) SHARED USE PATH,REFER SUP SECTIONS complete in place per TXDOT 132 for dollars and cents. 15 790.00 SF DRY STACK QUARRY STONE WALLS(0'-4') complete in place per RR 623 l for dollars and cents. 16 2,025.00 SF DRY STACK QUARRY STONE WALLS(4'-8') complete in place per RR 623 for dollars and cents. 17 1,325 SF DRY STACK QUARRY STONE WALLS(8'-12') complete in place per RR 623 for dollars and cents. 00300-9-2015 Page 3 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantit% Unit and Written Unit Price Unit Price Amount 18 1,225 SF DRY STACK QUARRY STONE WALLS(12'-16') complete in place per RR 623 for dollars and cents. 19 80 CY CONCRETE FOOTING FOR STONE WALLS complete in place per TXDOT 420 for dollars and cents. 20 4,735 LF CONCRETE SHARED USE PATH (5"THICK)(10'WIDE) complete in place per TXDOT 531 for dollars and cents. 21 415 LF RAIL(GUARDRAIL) complete in place per TXDOT 450 for dollars and cents. 22 350 LF FENCING-CHAIN LINK 6' BLACK VINYL COATED complete in place per RR 701 for dollars and cents. 23 120 LF ADA RAMP HANDRAIL complete in place per RR 701 for dollars and cents. 24 1 EA CURB RAMPS complete in place per TXDOT 531 for dollars and cents. 25 2.285 SF CONC SIDEWALKS(5") complete in place per TXDOT 531 for dollars and cents. 00300-9-2015 Page 4 of 6 Bid Form r BASE BID Bid Item Description Item Approx. QuantitN Unit and Written Unit Price Unit Price Amount 26 0 CY CONCRETE TRENCH FILL PER SHEET C441 complete in place per TXDOT 531 for dollars and cents. 27 45 SY CONCRETE RIPRAP-5" THICK PER SHEET C441 complete in place per TXDOT 531 for dollars and cents. 28 120 LF CONCRETE PIERS(30" DIA) t complete in place per TXDOT 420 for dollars and cents. 29 12 CY CONCRETE FOR BRIDGE ABUTMENTS complete in place per TXDOT 420 for dollars and cents. 30 1 EA PREFABRICATED PEDESTRIAN STEEL TRUSS SPAN= 114' complete in place per RR 726 for dollars and cents. f 31 2250 SY EROSION MATTING,TYPE C L_ complete in place per RR 605 for dollars ` and cents. L 32 500 SY LLANDLOK 450 EROSION MATTING complete in place per RR 605 for dollars and cents. L 00300-9-2015 Page 5 of 6 Bid Form BASE BID Bid Item Description Item Approx.Quantity Unit and Written Unit Price Unit Price Amount 33 6 EA DUMOR BENCH INCL. CONC PADS AND INSTALLATION complete in place per for dollars and cents. 34 2 EA WEBCOAT TRASH RECEPTACLE INCL. INSTALLATION complete in place per for dollars and cents. 35 1 EA ZERO WASTE USA DOG WASTE STATION complete in place per for dollars and cents. 36 1 LS RE-VEGETATION,AS NEEDED,INCL FINE GRADING AS NECESSARY. SOIL PREP. complete in place per for dollars and cents. #REF! TOTAL BASE BID(Items 1 thru 36 ) Materials: All Other Charges: * Total: * Note: This total must be the same amount as shown above for"Total Base Bid" 00300-9-2015 Page 6 of 6 Bid Form LAKE CREEK TRAIL ROUND ROCK WEST DRIVE TO CENTENNIAL PARK TABLE OF CONTENTS Section Description No.of Pages 00020 Notice to Bidders 1 00100 Instructions to Bidders 4 Exhibit A 1 00200 Bid Bond 2 00300 Bid Form 10 00410 Statement of Bidder's Safety Experience 1 00500 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 2 00900 Special Conditions 5 01000 Technical Specifications 02000 Plans, Details and Notes 8-2016 Table of Contents 00090665 00020 NOTICE TO BIDDERS NOTICE TO BIDDERS Pursuant to the provisions of Texas Government Code, Section 2269.101, it is the intention of the City of Round Rock to select a prime contractor by using the Competitive Bidding Method for the construction of the Lake Creek Trail — Round Rock West to Centennial Plaza as generally described herein. Sealed bids addressed to Katie Baker, PLA, City of Round Rock, Parks and Recreation Department, 221 East Main Street, Round Rock,TX 78664, for furnishing all labor, material, and equipment and performing all work required for the project titled, Lake Creek Trail — Round Rock West to Centennial Plaza (project includes site preparation, excavation and embankment, concrete flatwork, etc.), will be received until May 16, 2023, at 10:00 a.m., then publicly opened and read aloud at the same address. Bid envelopes shall state the date and time of bid and "Lake Creek Trail — Round Rock West to Centennial Plaza." 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 the scheduled bid opening time will be returned unopened. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas, equal to five percent(5%)of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained at roundrocktexas.gov/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, Katie Baker, kbaker@roundrocktexas.gov. 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. Publish Dates: Austin American Statesman: April 30, 2023 May 7, 2023 00020 03-2021 Notice to Bidders 00193093 Page 1 C Page Intentionally Left Blank Insert Completed Notice to Bidders Here l l C 00100 INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS l I. Prior to submitting any bid, bidders are required to read all drawings (plans), specifications, and all other Project Manual and/or Contract Documents carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the Work and all attending circumstances affecting the cost of doing the Work and the time required for its completion and obtain all information required to make a bid.The aforementioned documents may only be obtained from the City's website at the following web address: roundrocktexas.P-ov/solicitations. Bidders shall be responsible for printing or obtaining prints of the aforementioned documents as necessary. 2. Should the bidder find discrepancies in, or omissions from the drawings (plans), specifications, or other Project Manual and/or Contract Documents, or should he be in doubt as to their meaning, he should notify at once the City and obtain clarification or addendum prior to submitting any bid. Any addenda issued will be posted with the documents at the web address mentioned in 1 above no later than two business days prior to the Bid Opening Date. Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions required in any addenda issued. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders in the Project Manual. Bids received after the scheduled opening time will be returned unopened. f 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project,the job number if applicable, and the opening date and time. 5. Bidders shall be responsible for submitting a copy of the City's Bid Form, Bid Bond Form, and Statement of Bidder's Safety Experience from the Project Manual documents posted at the web address as described in 1 above. 6. Bids shall be accompanied by a bid security consisting of a certified cashier's check in an t amount not less than five percent (5%) of the total maximum bid price, payable without l recourse to the City of Round Rock,or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds,as stipulated by item 16 below,within ten(10)days after notice of award of contract to him. Bid securities must be submitted in the same sealed envelope with the bid. Bids submitted without a bid security may not be considered at the sole discretion of the City. l Page 1 00100 2-2021 Instructions to Bidders 00426487 7. If awarded the bid, bidder must submit Form 1295 on the Texas Ethics Commission (TEC) Website at httys://www.ethics.state.tx.us/whatsnew/elf info form1295.htm and submit the signed Form 1295 to the City Clerk at mspinks(a roundrocktexas.2ov within ten (10) business days of notification of the award. Instructions for completing a Form 1295 are attached as Exhibit"A" to the Instructions to Bidders. 8. No conditional bids will be accepted. 9. A bidder wishing to withdraw his submitted sealed bid prior to the scheduled bid opening time must do so by presenting in person a written request signed by an authorized representative of the bidder to a City employee at the location for which sealed bids are to be addressed. No telephone, facsimile, or email requests will be accepted. The City will expend the time and effort that the City in its sole*discretion determines is necessary to investigate the authenticity of a request before complying with a request. The City shall in its sole discretion determine if the City will comply with a request and the City shall not be held liable for not complying with a request. If the City does not comply with a request, the request shall automatically become null and void. 10. A bidder wishing to revise his sealed bid after submittal but before the scheduled bid opening time must first withdraw his bid as provided for in the Instructions to Bidders and then submit a sealed bid in accordance with the Instructions to Bidders. No revisions to a bid will be allowed after the scheduled bid opening time. The bidder shall be responsible for ensuring the amount of the bid security is as specified in the Instructions to Bidders. 11. All bid securities will be returned to the respective bidders within twenty-five(25)days after bids are opened, except those which the City elects to hold until the successful bidder has executed the Agreement. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty (60)days. 12. Until the award of the contract, the City reserves the right to reject any and all bids and to waive technicalities; to advertise for new bids; or to do the work otherwise when the best interest of the City will be thereby promoted. 13. In case of ambiguity or lack of clarity in the statement of prices in the bids,the City reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable and/or unbalanced prices submitted in a bid may result in rejection of such bid or other bids. 14. Award of the contract, if awarded, will be made based upon the criteria set forth in Section 2269.055 of the Texas Government Code. In determining the award of a contract under Chapter 2269, the City may consider; 1) the price; 2)the bidder's experience; 3) the quality of the bidder's goods or services;4)the impact on the ability of the City to comply with rules relating to historically underutilized business; 5) the bidder's safety record; 6) the bidder's proposed personnel;7)whether the bidder's financial capability is appropriate to the size and scope of the project;and 8)any other relevant factor specifically listed in the request for bids. Page 2 00100 2-2021 Instructions to Bidders 00426487 1 15. Award of the contract, if awarded, will be made within sixty (60) days after opening of the 1 bids, and no bidder may withdraw his bid within said sixty (60) day period of time unless a prior award is made. A Notice to Proceed will be issued within sixty (60)days after contract Execution Date as defined in the General Conditions. 16. Within ten (10)days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one hundred percent (100%) of the total Contract Amount. Said performance bond and payment bond shall be from an approved surety company holding a permit from the State of Texas, indicating it is authorized and admitted to write surety bonds in this state. In the event the bond exceeds $100,000.00, the surety must also (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the surety or reinsurer holds a valid certificate of authority, the City may rely on the list of companies holding certificates of authority as published in the Federal Register covering the date on which the bond is to be executed. 17. Failure to execute the Agreement within ten (10) days of written notification of award or failure to furnish the performance bond and payment bond as required by item 15 above, shall be just cause for the annulment of the award. In case of annulment of the award, the bid security shall become the property of the City, not as a penalty, but as liquidated damages. 18. No contract shall be binding upon the City until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 19. The Contractor shall not commence Work under the Agreement until he has furnished certification of all insurance required and such has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The Contractor's insurer shall use the certificate of insurance form included in the bid documents f or the standard ACORD form. l 20. If the bidder's insurance company is authorized, pursuant to its agreement with bidder, to i arrange for the replacement of a loss, rather than by making a cash payment directly to the 1 City, the insurance company must furnish or have furnished by bidder, a performance bond in accordance with Section 2253.021(6), Texas Government Code, and a payment bond in accordance with Section 2253.021(c). 21. Any quantities given in any portion of the Bid Documents, including the drawings (plans), are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for payment shall be the actual amount of work done and/or material furnished as specified in the General Conditions. Page 3 00100 2-2021 Instructions to Bidders 00126137 l 22. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the Work.This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. Upon obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The Contractor will transfer title of consumable, but not incorporated, materials to the City at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City as soon as practicable.Payment will not be made directly but considered subsidiary to the pertinent bid item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3) The designated representative of the City must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical, the materials will be labeled as the property of the City. 23. The Contractor, after execution of the contract and pursuant to Internal Revenue Service (IRS) regulations, shall furnish its Taxpayer Identification Number (TIN) to the City. The Contractor shall provide the appropriate information on a W-9 form (which can be provided by the City upon request). This form shall be submitted directly to the City's Accounts Payable Department to ensure security of the information. 24. If the Bid Form includes Add and/or Deduct Alternate bid items and/or otherwise provides for Alternate bids, the City will determine whether to select or not select one or more of the Add and/or Deduct Alternate bid items and/or Alternate bids at the City's sole discretion and for its greatest advantage. If the City selects any Add and/or Deduct Alternate bid items, the total bid amount will be determined by adding the amount of the selected Add Alternate(s) to, and deducting the amount of the selected Deduct Alternate(s) from the Base Bid or the selected Alternate bid. Page 4 00100 2-2021 Instructions to Bidders 00426487 FORM 1295 INSTRUCTIONS 1 Pursuant to Section 2252.90 of the Texas Government Code, as of January 1, 2016, any business entity entering into a contract with a local government that requires approval of the governing body must submit a disclosure of interested parties (Form 1295) to the local government prior to the execution of the contract. The Texas Ethics Commission (TEC) has created an electronic filing application for business entities to submit the required information and generate the required form. The City of Round Rock may not enter into a contract that requires the approval of the City Council until the business entity files a Form 1295 with the City Clerk. Please follow the instructions below to file your Form 1295 with the TEC and the City of Round Rock: 1 • Upon being notified of a bid award,the award recipient("business entity")must go to the following website: httgs://www.ethics.state.tx.us/filini4info/1295/and follow the login instructions on the website application to complete a Form 1295. ✓ If this is a business entity's first time logging on to the website application,the business entity must create a Username and Password and then follow the application's instructions to complete a Form 1295. ✓ The City does not have a Contract ID Number System. Please insert 000000 and the project name in this box. Do not put the resolution number of the initial agreement if this is a supplemental agreement- only put the project name. ✓ 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. Please note that there are very few instances that a business will not have any interested parties. Visit the TEC's FAQ page for the definition of an interested party. ✓ If a business is publicly traded,they are exempt from having to complete a Form 1295. Please e-mail the City Clerk stating such. • The business entity MUST print and sign the completed Form 1295 once it has been accepted by the TEC [ and no longer has DRAFT stamped on it. {t ✓ The signed Form 1295 must be scanned and e-mailed directly to the City Clerk at mspinks ,roundrocktexas.gov as soon as it is completed. DO NOT send the form back to the Purchasing Department, Project Manager,or mail it with signed original agreements/contracts. ✓ The City Clerk only has 30 days from receipt to acknowledge the form in the TEC system. If you do not return it to the City Clerk promptly,and the 30 days has expired when she receives it,you WILL have to complete another one. • A new Form 1295 is required for each contract a business entity enters into with the City of Round Rock, including Supplementals, Amendments,and Change Orders. l • A Form 1295 cannot be handwritten. It must be completed electronically through the TEC website application. If you have any questions regarding the process of filing Form 1295 with the City, please contact: Meagan Spinks,City Clerk Phone: (512)218-6644 E-mail: mspinks a roundrocktexas. ov If you have questions regarding the actual form or the online filing application, please visit the TEC's FAQ page: https://w,�%w.ethics.state.tx.us/resources/FAQs/FAQ Form1295.php Revised 10/27/2021 -M.Spinks Page 1 of 00200 BID BOND BID BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Mufliz Concrete&Contracting,Inc. of the City of Austin County of Travis State of Texas as Principal, and Harco National Insurance Compan authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS("Owner"), in the penal sum of Five Percent(5%)of the total amount of the Bid of the Principal submitted to the Owner, for the Work described below; for the payment whereof, well and truly to be made,and the said Principal and Surety do herby bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally,as follows: In no case shall the liability of the Surety hereunder exceed the sum of( Five Percent of Greatest Amount Bid Dollars($ 5%GAB ). THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,whereas,the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of LAKE CREEK TRAIL ROUND WEST DRIVE TO CENTENNIAL PARK/Solicitation Number: 23-608 " for which Bids are to be opened at the office of Owner on the 16th day of May ,2023 . NOW,THEREFORE,if the Principal is awarded the Contract,and within the time and manner required under the"Instructions to Bidders,"after the prescribed forms are presented to her/him for signature,enters into a written Agreement substantially in the form contained in the Bid Documents,in accordance with the Bid, and files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials,then this obligation shall be null and void;otherwise,it shall be and remain in full force and effect. If, however, Principal fails to enter into a written Agreement with the Owner in accordance with the Bid or Principal and Surety fail to timely deliver to Owner the performance and payment bonds required by the Bid Documents, Surety within five(5)business days after receipt of a written demand from Owner shall pay to Owner the full penal sum of this Bid Bond,subject to the limitation described herein. In the event that suit is brought upon this Bond by the Owner and judgment is recovered, said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the 8th day of the month of May 2023 . Mufliz Concrete&Contracting,Inc. Harco National Insurance Company Pring alAA^^ _ Surety seod"• /'!Ny/• Jeremy Farque Printed Na Printed Name By: By: Title: / Title: AttNqeIn-Fact Address; P.O. Box 6596 Address: 702 Oberlin Road, Austin. Texas 78762 Raleigh,NC 27605 00200 4-2020 Page 1 Bid Bond 00443638 Resident Agent of Surety: Tc�-wl I�l�w� Signature p Tom Mulanax Printed Name 11200 Jollyyille Rd. Street Address Austin, TX 78759 City,State,Zip Page 2 00200 4-2020 Bid Bond 00443638 POWER OF ATTORNEY HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered:4200 Six Forks Rd,Suite 1400, Raleigh,NC 27609 KNOW ALL MEN BY THESE PRESENTS:That HARCO NATIONAL INSURANCE COMPANY,a corporation organized and existing under the laws of the State of Illinois,and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey,and having their principal offices located respectively in the cities of Rolling Meadows,Illinois and Newark,New Jersey,do hereby constitute and appoint MICHAEL C. WHORTON, TOM MULANAX, DAVID M. WHORTON, JEREMY FARQUE, ROSEMARIE LOPEZ Austin, TX their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed, required or permitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December,2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December,2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances,contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance,contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December,2022 STATE OF NEW JERSEY STATE OF ILLINOIS County of Essex County of Cook =Z SEAL IW4 10 . o SEAL lEa Kenneth Chapman fyl k Executive Vice President,Harco National Insurance Company "''r .* •`� and International Fidelity Insurance Company On this 31st day of December,2022 before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly sworn,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. �.�`"'111",�:, IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, E A OGS: New Jersey the day and year first above written. W JE0�`` Shirelle A.Outley /a�Notary Public of New Jersey My Commission Expires April 4,2023 CERTIFICATION 1,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney,with the originals on file in the home office of said companies,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF,I have hereunto set my hand on this day, May 08,2023 A02417 / � / Irene Martins,Assistant Secretary 00300 BID FORM BID FORM PROJECT NAME: LAKE CREEK TRAIL PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: April 28,2023 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the Work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the Work on which he bids as provided by the attached Bid Documents, and as shown on the plans for the construction of LAKE CREEK TRAIL-ROUND ROCK WEST PARK TO CENTENNIAL PLAZA and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated,for the following prices,to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at roundrocktexas.gov/solicitations by the close of business on May 22,2023 Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges receipt of the following Addenda by listing Addendum "number" and"date". Addenda# 1 05/12/2023 Addenda# 2 05/18/2023 Addenda# 3 05/22/2023 BASE BID Bid Item Description Item Approx.Quantity Unit and Written Unit Price Unit Price Amount 1 1 EA MOBILIZATION complete in place per RR 700 one hundred eighty-three thousand for one hundred eight dollars and Zero cents. $183.108.00 $183,108.00 2 1 EA PROJECT SIGNS complete in place per RR 802 for seven hundred seventy dollars and zero cents. $ 770.00 $ 770.00 3 2 EA STABILIZED CONSTRUCTION ENTRANCE complete in place per RR 641 for two thousand one hundred fifty-two dollars and zero cents. $ 2,152.00 $ 4,304.00 00300-9-2015 Page 1 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 4 125 LF ROCK BERM complete in place per RR 639 for fifty-five dollars and fifty cents. $ 55.50 $ 6,937.50 5 5,700 LF SILT FENCE complete in place per RR 642 for two dollars and ninety cents. $ 2.90 $ 16,530.00 6 1 LS BARRICADES, SIGNS AND TRAFFIC HANDLING complete in place per TXDOT 502 for twenty-two thousand seven hundred thirty-five dollars and zero cents. $ 22,735.00 $ 22,735.00 7 48 STA PREPARING ROW complete in place per RR 101 for two thousand two hundred seventy-seven dollars and zero cents. $2,277.00 $ 109,296.00 8 48 STA CLEARING AND GRUBBING complete in place per RR 102 for one thousand eight hundred forty-two dollars and fifty cents. $ 1,842.50 $ 88,440.00 9 2,100 LF TREE PROTECTION FENCING complete in place per DET 101. four dollars and seventy-five cents. $4.75 $ 9,975.00 10 2 EA CONCRETE WASHOUT complete in place per DET for four hundred sixty-two dollars and zero cents. $ 462.00 $ 924.00 00300-9-2015 Page 2 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 11 1 EA CONCRETE REMOVAL AND DISPOSAL complete in place per RR 104 for eighteen thousand two hundred dollars $ 18,200.00 $ 18,200.00 and zero cents. 12 10,000 SY SALVAGING AND PLACING TOPSOIL complete in place per RR 601 for four dollars and zero cents. $ 4.00 $40,000.00 13 2,850 CY EXCAVATION- SHARED USE PATH,REFER TO S.U.P. SECTIONS complete in place per TXDOT 110 for thirty-seven dollars dollars and fifty cents. $37.50 $ 106,875.00 14 2,100 CY EMBANKMENT(FINAL) SHARED USE PATH,REFER SUP SECTIONS complete in place per TXDOT 132 for fifty-one dollars and sixty cents. $ 51.60 $ 108,360.00 15 790.00 SF DRY STACK QUARRY STONE WALLS (0'-4') complete in place per RR 623 for sixty-four dollars and fifty cents. $64.50 $ 50,955.00 16 2,025.00 SF DRY STACK QUARRY STONE WALLS (4'-8') complete in place per RR 623 for sixty-four dollars and fifty cents. $ 64.50 $ 130,612.50 17 1,325 SF DRY STACK QUARRY STONE WALLS (8'-12') complete in place per RR 623 for sixty-four dollars and fifty cents. $ 64.50 $ 85,462.50 00300-9-2015 Page 3 of 6 Bid Form BASE BID Bid Item Description Item Approx.Quantity Unit and Written Unit Price Unit Price Amount 18 1,225 SF DRY STACK QUARRY STONE WALLS (12'-16') complete in place per RR 623 for sixty-four dollars and fifty cents. $64.50 $ 79,012.50 19 80 CY CONCRETE FOOTING FOR STONE WALLS complete in place per TXDOT 420 I'M- five hundred fifty dollars and zero cents. $550.00 $ 44.000.00 20 4,735 LF CONCRETE SHARED USE PATH (5" THICK)(10'WIDE) complete in place per TXDOT 531 for one hundred thirty-nine dollars and zero cents. $ 139.00 $ 658,165.00 21 415 LF RAIL(GUARDRAIL) complete in place per TXDOT 450 for two hundred fifty dollars and zero cents. $ 250.00 $ 103,750.00 22 350 LF FENCING-CHAIN LINK 6' BLACK VINYL COATED complete in place per RR 701 for fifty-two dollars and zero cents. $ 52.00 $ 18,200.00 23 120 LF A[)A RAMP HANDRAIL complete in place per RR 701 for two hundred fifteen dollars and zero cents. $ 215.00 $ 25,800.00 24 1 EA CURB RAMPS complete in place per TXDOT 531 for two thousand four hundred dollars and zero cents. $2,400.00 $ 2,400.00 25 2,285 SF CONC SIDEWALKS (5") complete in place per TXDOT 531 for eleven dollars dollars and sixty cents cents. $ 11.60 $ 26,506.00 00300-9-2015 Page 4 of 6 Bid Form BASE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount 26 30 CY CONCRETE TRENCH FILL PER SHEET C441 complete in place per TXDOT 531 for four hundred thirty dollars and zero cents. $430.00 $ 12,900.00 27 45 SY CONCRETE RIPRAP- 5" THICK PER SHEET C441 complete in place per TXDOT 531 for two hundred seventeen dollars and zero cents. $ 217.00 $ 9,765.00 28 120 LF CONCRETE PIERS(30" DIA) complete in place per TXDOT 420 for two hundred sixty it ;v ` dollars and zero cents. $26 .00 $31,800.00 29 12 CY CONCRETE FOR BRIDGE ABUTMENTS complete in place per TXDOT 420 for two thousand three hundred seventy dollars and zero cents. $ 2,370.00 $ 28,440.00 30 1 EA PREFABRICATED PEDESTRIAN STEEL TRUSS SPAN= 114' complete in place per RR 726 fol- two hundred thirty-two thousand two hundred dollars dollars and zero cents. $ 232,200.00 $ 232,200.00 31 2250 SY f;ROSION MATTING,TYPE C complete in place per RR 605 for two dollars and seventy cents. $ 2.70 $ 6.075.00 32 500 SY LLANDLOK 450 EROSION MATTING complete in place per RR 605 for seven dollars and zero cents. $ 7.00 $ 3,500.00 00300-9-2015 Page 5 of 6 Bid Form BASE BID Bid Item Description Item Approx.Quantity Unit and Written Unit Price Unit Price Amount 33 6 EA DUMOR BENCH INCL. CONC PADS AND INSTALLATION complete in place per for four thousand three hundred seventy-five dollars and zero cents. $ 4,375.00 $ 26,250.00 34 2 EA WEBCOAT TRASH RECEPTACLE INCL. INSTALLATION complete in place per for three thousand eight hundred twenty dollars and zero cents. $ 3.820.00 $ 7,640.00 35 1 EA ZERO WASTE USA DOG WASTE STATION complete in place per for nine hundred fifty-five dollars and zero cents. $ 955.00 $ 955.00 36 1 LS RE-VEGETATION,AS NEEDED,INCL FINE GRADING AS NECESSARY. SOIL PREP. complete in place per for one hundred ten thousand eight hundred dollars $ 110,800.00 and zero cents. $ 110,800.00 #REF! TOTAL BASE BID(Items 1 thru 36 ) $ 2,411,643.00 Materials: $ 913,988.50 All Other Charges: $ 1,497,654.50 * Total: $ 2,41 1,643.00 * Note: This total must be the same amount as shown above for"Total Base Bid" 00300-9-2015 Page 6 of 6 Bid Form ALTERNATE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount AA.1 1 LS ROUND ROCK WEST TRAILHEAD,REF. 1&2/LA2.01 complete in place per for thirty-one thousand nine hundred fifteen dollars and zero cents. $ 31,915.00 $ 31,915.00 AA.2 I LS CHISHOLM TRAIL TRAILHEAD,REF. 3&4/LA2.01 complete in place per for twenty-six thousand seven hundred seventy-five dollars and zero cents. $ 26,775.00 $ 26,775.00 AA.3 1 LS CENTENNIAL PLAZA TRAILHEAD,REF. 1&2/LA2.02 complete in place per for seventeen thousand seven hundred seventy dollars and zero cents. $ 17,770.00 $ 17,770.00 AAA 160 LF TRAIL COVER CONCRETE PIERS (18"DIA) complete in place per TXDOT 420 I,(),- two hundred forty dollars and zero cents. $ 240.00 $ 38.400.00 AA.5 15 CY TRAIL COVER CONCRETE GRADE BEAMS complete in place per TXDOT 420 for one thousand five hundred dollars and zero cents. $ 1,500.00 $ 22,500.00 00300-9-2015 Page 1 of 2 Bid Form ALTERNATE BID Bid Item Description Item Approx. Quantity Unit and Written Unit Price Unit Price Amount AA.6 I EA TRAIL COVER STRUCTURAL STEEL INCL ERECTION, ROOFING,CHAIN LINK FENCING complete in place per RR 726 for two hundred thirty-two thousand nine hundred dollars and zero cents. $ 232,900.00 $ 232,900.00 AA.7 800 LF PERMATRAK PRECAST CONCRETE BOARDWALK- 10'WIDE WITH CURB AND PIERS complete in place per LA 2.0 for one thousand forty-two dollars and zero cents. $ 1,042.00 $ 833,600.00 TOTAL ALTERNATE BID (Items AA.I thru AA.6 7 $ 1,203,860.00 Materials: $ 523,679.00 All Other Charges: $ 680,181.00 Total: $ 1,203,860.00 00300-9-2015 Page 2 of 2 Bid Form If this bid is accepted, the undersigned agrees to execute the Agreement and provide necessary bonds and insurance certification as per the Instructions to Bidders. The undersigned certifies that the bid prices contained in the bid have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities o technicalities. Res ubmitted, P.O. Box 6596 Si Jose Juan Muniz Austin TX, 78762 Print Name Address President (512) 788-0411 / (512) 389-1446 Title Telephone Muniz Concrete & Contracting, Inc. Name of Firm 05/23/2023 Jose Juan Muniz Date Secretary, if Bidder is a Corporation 00200-9-2015 Page I of 1 Bid Form 00410 STATEMENT OF BIDDER'S SAFETY EXPERIENCE Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 Solicitation Requirements, Contract Forms & Conditions of Contract Statement of Bidder's Safety Experience Section 00410 Bidder must submit a signed Statement of Bidder's Safety Experience form with his Bid; failure to do so will constitute an incomplete Bid that may be rejected. In order to make a responsive Bid, Bidder must provide evidence that it meets minimum OSHA construction safety program requirements, has not been fined by OSHA for any willful safety violations in the past three years, and has a lost time injury rate that doesn't exceed the limits established below. All questions must be answered and data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. Company Name: Muiiiz Concrete& Contracting, Inc. Address: P.O. Box 6596,Austin TX, 78762 Phone: (512) 385-2334 Completed by: Kristofer Rodriguez Date: 05/23/2023 1. Does the company have a written construction Safety program? ❑e Yes ❑No 2. Does the company conduct construction safety inspections? ❑✓Yes ❑No 3. Does the company have an active construction safety-training program? ✓❑Yes ❑No 4. Has the company been fined by OSHA for any willful safety violations in the past []Yes 0 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, ❑Yes 0 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 ❑No ❑N/A B. Excavation Z Yes ❑No ❑N/A C. Cranes 0 Yes []No ❑N/A D. Electrical 0 Yes ❑No ❑N/A E. Fall Protection 0 Yes [:]No ❑N/A F. Confined Spaces 0 Yes [:]No ❑N/A I hereby certify tha e o information is true and correct. Signature Title President Page 1 00410 8-2014V_:/� Statement of Bidder's Safety Experience 00090654 OSHA's Form 300A me, oi/?oni) Year 20cRA] Summary of Work-Related Injuries and Illnesses U.S.Department Labor of 0-p.1-.1 S.1.1y-d H-11h Ad­,i1t­t1­ Alli this S,P)"wr�oage.even)I no Nsm-teiaiea injuries ryillnesses orcurteddiang the.year Hemeniberto remew the wg to venly that the entries are comr.4ere andacrurate belont conirjteljnglhis sw7jrnary Establishment information Using too Log.count the individual onines you made lot each category.Then write the totals below rnakrig sure you'vv added the entries fromeverypaW of the Log ltyou had no cases.write'0.' Y_..l.blih—t C A r.-S Employees.former employees.arid their representatives have the pglil to review ft OW Form 300 in its entirely.They also have linjited access to the OSHA Form 301 or ;Izi equimletil.See 29 CFR Pail 1904.35.in OSHAs recottikee.joing rule.for turithef deld0s on the access provisiorni for(hese loans. Sleet 3513 CjizAles Si City Austin S.,, 1-X Zip 78702 Total number of Total number of Total numb cr of Total number of liklustry&-mlition(rq..MwjA*famnr 3fm*w inuk twilvis) deaths cases with days cases with job other recordable .................................... away from work transfer or restriction Cases . StanlArtl Indmaial Cljs,A­tk-n(STC).i0ju-1 O.S.,J715) .............­­........... ... .................. (H) (J) OR North Animcm,I 1 111 Cla,sifir-T),it k1KMn(a&,316212) Number of Days total number ofdAys away Total number of days ofjoh I Employment Information(tfrv,dlm't lw%dvstfipm.AY Or from work transfer or restriction 0 AiiniW average ninni)er iifeniployets 44 (K) M 1bul hours worked by All ClnplCWCCS lJSt year 30303,75 Injury and illness Types Sign here 16tal number of. Knowingly falsifying this document may result in a fine. (M) (1)Injuries (4)Poisonings 0 1 certify that I have e M d th.1 -Ment And that to the 1vstot*my (5)l4caring loss 0 luttwled-, -ind-oinpletc. ge die entfiv7ar:1111, (2)Skin disorders 0 (6)All other illnesses 11 Few (3)Respiratory conditions .5 45 24 12 _.-K 2 90 2013 Post this Summary page from February I to April 30 of the year following the year covered by the form. W.1-h.'M.u.16,U..M inf-rn.6-i.-1 A'A....,".4.50 W."'.Pe,-4-..iiridmg time,,"'t-th,i.............­1.-d gal-d#r d-,.—Id.-d ,a Pkw Ad­..tA.4111tM11N.11 ld"'k. rr­.,-u,4-p'."d w ".11m..'Um"'A 46pl­ ,Ad Otit Is,qm.I u.n.1".If s-Nm Aub� r+ %­..A...th_ ...".hv llgxcu of fhb d.m,nth.tin,..rml.LCSIkp„nmentLiW.OSI IA Oftkr f.%- R,..N-S&I 1.2(M) %V"hwiikff,Lit'.41r210,D.­.-,.it tlw......pl-.1 6,11-111-1 thi--Atka. Attention:This form contains information relating to OSHA's Form 300 tRm 0112004, employee health and must be used m a manner that protects the confidentiality of emp,oyees to the extent Year 20? 2 possible white the information.s bung used for U.S.Department of Labor Log of Work-Related Injuries and Illnesses occupationa:safety and health purposes. O—k—tionst Safety and Neaeb a.rllinh; . - .. i„�w appronrJ 1)Ma rw.I:IN411IU Yuu n;usl rec;orU inPornkNwl alwu!every work-reldteU deaur anti elwul every work-rvfafe[!rniury ur rerress 1)bl m+olves Iws u!urtsuuusness,redlmlud wok acl;wly o;Go uenafe{ days away Irom•work.or medical treatment beyond first aid.You must also recud sigrnfrcant wok-retaled injv ies and dinesses that are diagnused by a physician or lrcensed heafth care protessrona:.You must also record work-related inhales aril dnmsses that meet any of the specific recording cnlerla listed in 29 CFR Pan 1904.8 tPf0,AJh 190.1.12.feet free-10 catuessrxrw4 nrrnro Manx C+.n.rry A x'rmowangt In.. _.—.._..�._-'---- ..... use two lines for a single case if you need to.you must complete an Inpay and Illness Incident Report(OSHA Form 301)or equivalent form tot each intury or rNness recorded on this nae n were, i..x, form.fl you're not sure whether a case i;recordable.call your local OSHA office for help. ------ rClassify the caseIdentify person Enter the number of (A) (8) (C) (D) (E) (F) days the Injured or Chock the"Injury"column or Of worker sorer. choose one typo of illness: Case Employee's name job title Date of ee injury Where the ent occurred Describe injury or illness,parts of body affected, no. it g..II?hi,a 1 or onset (r.g..I—Inig drxh noir/midi and objectioubstonce that directly injured (M) of illness or made person ill(e.g.,3nond r4grre In N Inn on aemakred at Werk y Away On lob 1 R right Jorrnrxr frim,Wx Aylenr torch) Dorsawar Ja►haaeM Other reoarL from transfor or '� a Death ban week or restriauar a1M eases work restriction (cd) (R) P) W) (K) (L) (1) (2) (3) (4) (s) (6) ❑ ❑ ❑ L) —ray m,v.aer — ..._...._._... ❑ ❑ ❑ ❑ _rLy: __d>1+ ❑ ❑ ❑ lest l� L.1 _ nwreNa; ❑ ❑ __.daY. _`I'y' ❑ ❑ I U U ❑ f D ❑ -- �wratru;+r — ------------ --- „rw,iN�/ ❑ ❑ ❑ ❑ ray. 4r � ria ❑ ❑ ❑ ❑ _ — __� _._-__.. _ — nxx•Krr1n f ❑ ❑ Li ❑ _day+ a ❑ r_� ❑ ra r:j -- ❑ `ray _days :� ❑ ❑ ❑ ❑ D ,xx,aycar ❑ —Air _d a+ ❑ f7 ❑ CJ ❑ ❑ ,rwNNoar / —- ❑ ❑ ❑ ❑ —.lay, _d.ys ❑ U ❑ ❑ 1:1 Cj / ❑ ❑ ❑ ❑ -- — mlNoer / ❑ ❑ ❑ ❑ day+ - _,�., ❑ ❑ ❑ ❑ ❑ ❑ —Aric y / ❑ ❑ ❑ ❑ _d.y, _,,.rye 7 ❑ C1 ❑ ❑ ❑ ,nrxy.::r / ❑ ❑ LlC] —,u,. _dry. to U LJ Ul::) is paw cs►.ae> 0 0 0 0 0 0 0 0 0 0 0 0 c s the arl f ma.p irurdro in Wuuxi'A infirtur 14 1—wnrkm is r+tntrrxe.l a>rrngr nnnrun rrManrr,nciodina 11-11— -ie- LS 3N14 t0 t:.rnsler Mf'aE XNiM91U Int$NrnnWry(klgG'(FOtnr 3�1)1wh ro yW fN3t? 1h,WW,q. rer inanrakros,rc:nx.k+rut�rlxr dor r4na ueafed.and nrmirMeand ria+•drr.oKstknr.J'iuknnwiwrr Rruan arc au rryuind � i a:� t 3 •? w ropmd In the nrlkr.usr u(tnlur unuk.0 aures+k deylar.a curretNh•r fid OM11 nrotnJ mimlrcr.If roc hart arncomurcnu - � 4 - atswt dN•we.rnrwru.r.r any rrdroralari.d rhis data.warsawm,cnWxU:LY tkp.rnrnert of Lalxn.OSfl.\IN[kr nfu:atiaiui Paw._.._N_..... (1) (2) (3) (4) (5) (6) :11uir>•>.Kanlli p•yRl'L tat)(:nIW IrNlkrn,�Yrrlrle.K\\'.wAdNnKWa.D(.Yb.1 e.no INa+end IM lwoplMai tonus ro die u�r. OSHA's Form 300 (Rev. 04/2004) Note:You can type input into this form and save it. Attention:This form contains information relating to Because the forms in this recordkeeping package are"fillable/writable" employee health and must be used in a manner that Log of Work-Related PDF documents,you can type into the input form fields and protects the confidentiality of employees to the extent Year 20 21 then save your inputs using the free Adobe PDF Reader.In addition, possible while the information is being used for U.S. Department of Labo Injuries and Illnesses the forms are programmed to auto-calculate as appropriate. occupational safety and health purposes.J P Y P P oneapaernnar Safety and Realrn Admrniseraeint Please Record: Reminders: Form approved OMB no.1216-017 •Information about every work-related death and about every work-related injury or illness that involves loss of •Complete an Injury and Illness Incident Report(OSHA Form 301)or equivalent consciousness,restricted work activity orjob transfer,daysawayfrom work or medical treatment beyond first aid form For each injury oriliness recorded on this form.Ifyou're notsure whether a Establishmentname Muniz Concrete&Contracting, Inc. -Significant work-related Injuries and illnesses that are diagnosed by a physician or licensed health careprofessional. case is recordable,callyourlocalOSHA office forhelp. Work-related injuries and illnesses that meet any of thespeditc recording criteria listed in 29 CFR Part 1904.8 Feel free to use two lines fora single case if you need to. through 1904.12 Complete the 5 steps far each case city Austin State- TX Step 1.Identify the person Step 2.Describe the case Step 3.Classify the case SELECT ONLY ONE circle based on the (A) (B) (C) (D) (E) (F) Enter the number of days the injured or ill Select one column: Case Employee's name Job title Date of injury Where the event occurred Describe injury, or illness,parts of body- worker was: no. (e.g.,Welder) or onset of (e.g.,Loading dock north end) affected,and objectisubstance that illness directly injured or made person ID(e.g.. Remained at work (e.g.,2/10) Second degree burns on rightjorearmjrom ,�Illnneesss acety�lenetorch) Days away Job transfer Other record- Away On job (M) I a Death from work or restriction able cases from transfer or o (G) (H) (') W) work restriction 5: € Ja a (K) (L) r° z a. Reset 1 Nelson G.Rodriguez common taborer 3 1 Equipment Yard Laceration of Hand O O O O 0 (1) (2) (3) (a) (s) (s month/day __ - _ days _days O O O O O C nth I day O O O O _days —days O O O O O mo Reset O O O O O monlhl day _. _ O 0 0 _days _days Reset _! monN/day O O O O _days _days O O OO O Reset month/dayO O OOO _days month day O _days _days OO OOO C / R"eset i— O O O month!day O _days _days OO OO CC Reset _/ O O O O OOOOQC month/day _days _days Reset nth/day v O __days _days O(DOC O C Reset / O O O O nth/day _days _days O O00 O C mo Public reportingbi rden for this collation of informalion is estimated to mxmge 14 minutes per response,including time to review the page tots 0 O O 0 0 1 O 0 O 0 Q nstmctions.search and gather the data needed.and complete end review the collection of information.persons me not required to espond to the collection of information unless it displays a currently valid OMB control ember.if you have aey commcat about these Add a Form Page —— !stimata orany other nspam of this dela collection contact:US Departm-t.fLabor.OSBA OMce of Statistical Analysis.Room Be sure to transfer these totals to the Summary page(Form 300A)before you post it. ; S P`0- 4-364C 200 V 3644.200 Constitution Avenue.NW.Washington.DC 20210.Do not send the completed forma to this office. = 2 e c (t) (2) (3) (4) (5) (E OSHA's Form 300A (Rev.04/2004) Note:You can type input into this form and save it. Year 20 Because the forms in this recordkeeping package are"fillable/writable" 21 PDF documents,you can type into the input form fields and U.S.Department of Labor Summary of Work-Related Injuries and Illnesses then save your inputs using the free Adobe PDF Reader. Occupational Safety and Health Administration Form approved OMB no.1218-0176 All establishments covered by Part 1904 must complete this Summary page,even if no work-related injuries or illnesses occurred during the year. Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log,count the individual entries you made for each category. Then write the totals below,making sure you've added the entries from every page of the Log.If you had no cases,write"0." Establishment information Employees,former employees,and their representatives have the right to review the OSHA Form 300 in its entirety.They also have limited access to the OSHA Form 301 or its equivalent.See 29 CFR Part 1904.35,in OSHA's recordkeeping rule,for further details on the access provisions for Your establishment name Muniz Concrete&Contracting, Inc. these forms. street 3523 Gonzales St. B-110 Number of Cases city Austin State TX Zip 78702 Total number of Total number of Total number of cases Total number of deaths cases with days with job transfer or other recordable Industry description(e.g,,Manufachtre ofntotor track trailers) away from work restriction cases Concrete Construction 0 0 1 0 (G) (H) (1) (J) North American Industrial Classification(NAICS),ifknown(e.g.,336212) 23i Number of Days Employment information(Ifyou don't have thesefigures,see the Total number of days Total number of days of Worksheet on the next page to estimate.) away from work job transfer or restriction Annual average number of employees 40 0 0 (K) (L) Total hours worked by all employees last year Sign here Injury and Illness Types Knowingly falsifying this document may result in a fine. Total number of... I certify that I examen d this document and that to the best of (M) ( )In M my know ge e en � e true,accurate,andand complete. t 1 (4) Poisonings 0 •T (2) Skin disorders 0 (s) Hearing loss 0 TitlePhone 512- 88-0411 Date 01/03/2022 (3)Respiratory conditions 0 (6) All other illnesses 0 Post this Summary page from February 1 to April 30 of the year following the year covered by the form. 1 f) @S@t§ Y L n Public reporting burden for this collection of information is estimated to average 58 minutes per response,including time to review the instructions,search and gather the data needed ands;. complete and review the collection of information.Persons ate not required to respond to the collection of information unless it displays a currently valid OMB control amber.If you ban any comments about these estimates or any other aspects of this data collection,contact:US Department of Labor,OSHA Office of Statistical Analysis,Room N-3644,200 Constitution Avenue,NW, Washington.DC 20210.Do not send the completed forms to this office. Attention:This form contains information relating to OSHA's Form 300 (Rev 01/2004) employee health and must be used in a manner that protects the confidentiality of employees to the extent Year 20 2Q Loof Work-Related In uries and Illnesses possible while the information is being used for U.S.Department of Labor g , occupational safety and health purposes. o«oPminnat sarety and tlearrn adm;nisrraunn You must record information about every work-related death and about every work-related injury or illness the:involves loss of consciousness,restricted work activity orjob transfer, Form approved OM 11 no.1216-0176 days away from work,or medical treatment beyond first aid.You must also record sign;ficanl work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional.You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR Part 1904.8 through 1904.12.Feel free to fshDWn enr re a htudv.Coo—r`e k Conname,lnl. use two lines for a single case if you need to.You must complete an Injury and Illness Incident Report(OSHA Form 301)or equivalent form for each injury or illness recorded on this form.If you're not sure whether a case is recordable,call your local OSHA office for help. Cay ,warm state Tx Identify the person Describe —■ CMECK ONLY ONE boxfor each case Enter the number of (A) (B) (C) (D) (E) (F) based on the most serious outcome for days the Injured or chock the"Injury'column or Case Employee's name job title Date of injury Where the event occurred Describe injury or illness,parts of body affected, ill worker was: choose one type of illness: no. (r.g.. *filer) or onset (e.g.,Loading dock north rod) and object/substance that directly injured - -- Femained at Work (M) of illness or made person ill(e.g.,Srrmtd degree bunts az a r r< Away on lob right forearm fiora acetylene lurch) Days away Job transfer Other-.-d. from transfer tx 4 -r R 5„ Death from work or restriction .14.cases work rostriction ,; 1 i 2=_ (G) (H) (1) P (K) (L) (1) (2) (3) (4) (5) (6) / ❑ ❑ ❑ ❑ —d." —dava ❑ ❑ ❑ ❑ ❑ ❑ iN 1A nrondard.y — / ❑ ❑ ❑ ❑ —gra —�n ❑ ❑ ❑ ❑ ❑ ❑ ntonwdar ❑ ❑ ❑ ❑ —days —days ❑ ❑ ❑ ❑ ❑ ❑ monituU�' j ❑ ❑ ❑ ❑ —day, —days ❑ ❑ ❑ ❑ ❑ ❑ monlN'day �_ ❑ ❑ ❑ ❑ —days —days ❑ ❑ ❑ ❑ ❑ ❑ m "Vdsy / ❑ ❑ ❑ ❑ —yrs — ❑ ❑ ❑ ❑ ❑ ❑ manlNtlay / ❑ ❑ ❑ ❑ —days day, ❑ ❑ ❑ ❑ ❑ ❑ mo M'd.y mmlNday ❑ ❑ ❑ ❑ —day, —days El [10 11 11 Cl / ❑ ❑ ❑ ❑ —dm —days ❑ ❑ ❑ ❑ ❑ ❑ ngnlNtlay monlnlday ❑ ❑ L) 13dy,—day' — a 11 11 El E) 11 11 mtN+INtlay ❑ ❑ ❑ ❑ —days —days El 13 El 11 11 11 mmtNday ❑ ❑ ❑ ❑ —days —days ❑ ❑ ❑ ❑ ❑ ❑ / ❑ ❑ ❑ ❑ —days —days ❑ ❑ ❑ ❑ ❑ ❑ m-Nday Page totals> _ Public reporting bonhm f,r Thi.cnlhztion orbdo wLi..is—mated m.ectatic 1.1 mio per rnpotae.including lime to resicw Be sure to Transfer these totals to they Suthmarypage(Form 300A)betere you post it. atT i`.9 r she inuntannr.acar<h and�umr dtr daet ncetied,and rompleu and review the collecunn or infurmalinn.Pmnns are nor ierprinsl � e_q Q - � u.ropeud w dm avllarti n ufiN rrmatwm unlea it disptnsa a ourrcndy slid OJ[a wuvul nuwbec If you hate aur cummutu :a -- about these enimata or anv other aapea t of this data colkrtitm.ct n u CS Depattmeat of laMq OSHA Othce o(Stalistis:J I A-4,.6.Roo.N•M441 200 Curutitutiun Avenue.Nt1'.N'ahingtnn,M 20210.Do not send the Completed forma to thn 0 e. W— (1) (2) (3) (4) (5) (6) OSHA's Form 300A (Re,, 01;20041) Year 20 20 Summary of Work-Related Injuries and Illnesses occupational Safety and Health Administration rt.rm apl6n,.'rt11 IM l i ni,.I':x.l11;is Alf establishments covered by Part 1904 must complete this Sumv>ary page,ervn it no work-related injuries or illnesses occurred during the year.Remember io review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log,count the individual entries you made for each category.Then write the totals below,making sure you've added the entries from every page of the Log.If you Establishment information had no cases.write T.' Mttniz Concrete&Contractin Inc Employees,former employees,and their representatives have the right to review the OSHA Form 300 in its entirety.They also have limited access to the OSHA Form 301 or ren.eHamra+m.ne ria n. 8' its equivalent.See 29 CFR Part 1904.35,in OSHA's recordkeeping rule,for further details on the access provisions for these forms. Strcc[ 3523 Gonzales St.B-110 City Austin Srue TX ZIP 73702 Number of Cases Total number of Total number of Total number of Total number of Industry description(e g.,.Naujanu eofmorurrmrklmtTas) deaths cases with days cases with job other recordable Concrete Contractor away from work transfer or restriction cases Standard Industrial Classification(SIC),if-known(cS.,3715) N/A (G) (H) (1) (d) OR North American Industrial Classification(NAILS),if known(e.g,336212) Number of Days —————— Total number of days away Total number of days of job Employment information(Ifyon dtnr't Itort?dn-fignar,—ilk, from work transfer or restriction lhorkalmr on for bak ofdor pagr m enimat,.) N/A Annual average number ofemployccs 43 (K) (L) Total hours worked by all employees last year 40,275 Injury and Illness Types Sign here Total number of... Knowingly falsifying this document may result in a fine. (M) (1)Injuries (4)Poisonings [certify that I ha examined thi merit and that to the best of my (5)Hearing loss knowledge t e rate,and complete. (2)Skin disorders (6)All other illnesses (3)Respiratory conditions `m K Finance N1pager 2> 7 - 411 02 r09 2021 Post this Summary page from February 1 to April 30 of the year following the year covered by the forret .. 1Lblic reF—ing bunlen for thn collation of utformau. is estimated to—rage 511 minutes per res1n6t i-lulling tune to review Lite in trtxuoro.ae:u'ch and trather the dau needed.and wmplete and—i—the aAlection of informmion.fbnous arc tort nquircd to r.pond w the collaiiun of information unlca it displays a nurendy valid ONB control uundter.1f pw have any catrmmts obrrtn these mimata.-n other aspotu of this data cullecdon,contact:CS Department of labor.OSI h1 Olrrc of Stuiait-ori Atwlysu,Roum N-3644.200 Constimti..A-na-NW, washutlnon DC 211+10.IN,ria send dtc completed furan an,.this office. 00500 AGREEMENT City of Round Rock,Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor 22 AGREEMENT made as of the 7� ( )day of 5� in the year 20 2J BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Muiiiz Concrete&Contracting,Inc. ("Contractor") P.O.Box 6596 Austin,Texas 78762 The Project is described as: LAKE CREEK TRAIL TO C=E-NT-E?0HA 1=PARK The Engineer is: Hagood Engineering Associates 900 E.Main Street Round Rock,Texas 78664 512.244.1546 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 4-2020 Pagel of 5 Standard Form of Agreement 00443647 R-2©Zv-21 ( 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 forty2( 40 )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 forty 240 )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 two hundred fifty and No/100 Dollars($250.00 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement and is not a penalty. 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 2( 70 )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 full and complete performance of the Work and all of Contractor's obligations under this Agreement. The Contract Sum shall be two million four hundred sixtv-one thousand three hundred twenty-eight dollars and no cents ($2,461,328.00 ),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: AA.1 AA.3 00500 4-2020 Page 2 of 5 Standard Form of Agreement 00443647 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 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. 5.13 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 of amounts approved by the Owner 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.The Owner shall not have any obligation to pay any amount covered by the Engineer's Certificate for Payment that is disputed by the Owner. 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 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 and approved by the Owner. 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 General Conditions. 00500 4-2020 Page 3 of 5 Standard Form of Agreement 00443647 6.2 The Work may be suspended by Owner as provided in Article 15 of the 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 APRIL 2023 7.1.4 The Specifications are those contained in the Project Manual dated tXX X%XJU `V`J 7.1.5 The Drawings,if any,are those contained in the Project Manual dated t&I IFIL I.V`J 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated APRIL 2023 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: N/A ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Katie Baker,PLA 301 W.Bagdad,Suite#250 Round Rock,Texas 78664 512.341.3355 8.3 Contractor's representative is: Kevin Muiiiz 3523 Gonzales St.B-110 Austin,Texas 78702 (512)845-4306 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 00500 4-2020 Page 4 of 5 Standard Form of Agreement 00443647 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 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 two(2) original copies,of which one is to be delivered to Owner. OWNER #dme: CITY R0104D ROCK,TEXAS Contracting,Inc. Printed ame: .nom i ,mac D Juan Muiiiz Title 1► gyc>— Date Signed: 1/24/= Date Signed: 07/31/2023 TTEST: City Clerk FOR CITY,APPROVED AS TO FORM: i A ome 00500 4-2020 Page 5 of 5 Standard Form of Agreement 00443647 00600 INSURANCE AND CONSTRUCTION BOND FORMS r r BONDS AND INSURANCE INSTRUCTIONS r Instruction Sheet 1. Insurance Company must be licensed by State of Texas. r 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 I bond must be counter-signed by Texas local recording agent. 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 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. 1 l C l L Bond#:HSHNSU0834777 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Mur3iz Concrete&Contracting,Inc. , of the City of Austin , County of Travis , and State of Texas , as Principal, and Harco National Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS (Owner),in the penal sum of Two Million Four Hundred Sixty One Thousand Three Hundred Twe Dollars ($2,461,328.00 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally,by these presents: WHEREAS,the Principal has entered into a certain written Agreement with the Owner dated the ,2tk:L' day of aAAW44,20Z to which the Agreement is hereby referred to and made a part hereof as fully and tYthe same extent as if copied at length herein consisting of: LAKE CREEK TRAIL ROUND ROCK WEST DRIVE w NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of,the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed,then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 4-2020 Performance Bond 00443639 PERFORMANCE BOND(continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the Agreement,or to the work to be performed thereunder. If Principal fails to faithfully perform said Agreement, Surety, after receipt of written notice of Principal's default,shall perform all of Principal's duties and obligations under the Agreement. If, within ten (10) days after receipt of such notice from Owner, Surety does not commence to complete the obligations of Principal with a contractor acceptable to Owner and diligently complete the performance of the Principal's duties and obligations,Owner shall have the right but not the obligation to have the duties and obligations of Principal performed. In such event, Surety shall pay to Owner,upon demand,all costs,expenses and damages sustained by Owner as a result of Principal's failure to perform its duties and obligations under the Agreement up to the f,dz CZ yG/.Vi c0sum of this Performance Bond, plus all costs and expenses, including attorney's fes and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 31st day of July ,2023 . Muiliz Concrete&Contracting,Inc. Harco National Insurance Company Principal �f Surety Rud Mw/z z Jeremy Farque Printed Printed Name By- By: Ti I . P si Title: Attorn -In- act A Box 6596 Address: 702 rlin Road Austin,Texas 78762 Raleigh,NC 27605 Resident Ag t of Surety: fie._ Signature Tom Mulanax Printed Name 11200 Jollyville Rd _ Street Address Austin,TX 78759 City, State&Zip Code Page 2 006104-2020 Performance Oond 00443639 Bond#:HSHNSU0834777 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Muftiz Concrete&Contracting,Inc. , of the City of Austin , County of Travis ,and State of Texas , as Principal,and Harco National Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals,are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Two Million Four Hundred Sixty One Thousand Three Hundred Twenty Eight&00/100 Dollars($ 2,461,328.00 )for the payment whereof,well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally,by these presents: WHEREAS,the Principal has entered into a certain written Agreement with the Owner,dated the day of , 2023 to which Agreement is hereby referred to and made a part hereof as fully and to th same extent as if copied at length herein consisting of: LAKE CREEK TRAIL ROUND ROCK WEST DRIVE NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors,workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts,work,labor,equipment,supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void;otherwise to remain in full force and effect. PROVIDED, HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 042020 Payment Bond 00437699 PAYMENT BOND(continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the contract,or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 31st day of July '2023 . Muniz Concrete&Contracting,Inc. Harco National Insurance Company Principal Surety RudyMOA Jeremy Farque Printed Printed Name By: - By: Titl nt Title: Atto a -In act A res .P.O. Box 6596 Address: 70kDly6rlin Road Austin,Texas 78762 Raleigh,NC 27605 Resident Age of Surety: v Signature Tom Mulanax Printed Name 11200 Jollyville Rd Street Address Austin,TX 78759 City, State&Zip Code Page 2 006201-2020 Payment Bond 00090656 POWER OF ATTORNEY HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group,Headquartered:4200 Six Forks Rd,Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS:That HARCO NATIONAL INSURANCE COMPANY,a corporation organized and existing under the laws of the State of Illinois,and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey,and having their principal offices located respectively in the cities of Rolling Meadows,Illinois and Newark,New Jersey,do hereby constitute and appoint MICHAEL C. WHORTON, TOM MULANAX, DAVID M. WHORTON, JEREMY FARQUE, ROSEMARIE LOPEZ Austin, TX their true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December,2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December,2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attomeys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances,contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians,agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance,contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December,2022 .....,• 1NSIJ4•'•I' ll �\O�lty�,�J!j STATE OF NEW JERSEY STATE OF ILLINOIS �OOp►oAy �► �r � County of Essex / / County of Cook SEAL '"t SEALI=, 1904 1904 JE Kenneth Chapman I•' ti = 1Nl • �� Executive Vice President,Harco National Insurance Company and International Fidelity Insurance Company On this 31st day of December,2022 before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly swom,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. ""'411111"t,, IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, •`����61— a:.0G�'�� New Jersey the day and year first above written. ,Ir"„",,� Shirelle A.Outley a Notary Public of New Jersey My Commission Expires April 4,2023 CERTIFICATION I,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Comparfies as set forth in said Power of Attorney,with the originals on file in the home office of said companies,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF,1 have hereunto set my hand on this day, July 31,2023 a— Irene A02417 Martins,Assistant Secretary IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para presentar una queja: You may contact your Harco National Insurance Usted puede comunicarse con su Harco National Company at: Insurance Company al: 1-800-3334167 1-800-333-4167 You may also write to: Harco National Insurance Usted tambien puede escribir a Harco National Company c/o IFIC Surety Group at: Insurance Company c/o IFIC Surety Group at: Attn: Claims Department Attn: Claims Department One Newark Center,20th Floor One Newark Center,201h Floor Newark,NJ 07102 Newark,NJ 07102 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros de to obtain information on companies,coverages, rights Texas para obtener informacion acerca de companias, or complaints at: 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)490-1007 Fax: (512)490-1007 Web: www.tdi.texas.gov Web: www.tdi.texas.i!ov E-mail: ConsumerProtectionna tdi.texas.zov E-mail: ConsumerProtection(&tdi.texas.eov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O 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 compania company first. If the dispute is not resolved,you may primero.Si no se resuelve la disputa,puede entonces contact the Texas Department of Insurance. comunicarse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR BOND: UNA ESTE AVISO A SU FIANZA DE GARANTIA: This notice is for information only and does not Este aviso es solo para proposito de informacion y no become a part or condition of the attached document. se convierte en parte o condicion del documento adjunto. ACbRLY® DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 07/31/2023 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 Rose Lopez NAME: Wharton Insurance Services OL PHOEAICNNo Ext: (512)338-1191 AIS Nol: (512)338-1196 11200 Jollyville Rd. E-MAIL tcerts@whortonins.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL# Austin TX 78759-4813 INSURERA: United Fire&Casualty Co 13021 INSURED INSURER B: Muniz Concrete&Contracting,Inc INSURER C: 3523 Gonzales St INSURER D: INSURER E: Austin TX 78702 INSURER F COVERAGES CERTIFICATE NUMBER: 23/24 Master Liability 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 TYPE OF INSURANCEAUULbUbK POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER MMIDDIYYYY MMIDD LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE �OCCUR PREMISES Ea occurrence $ 300,000 X XCU/Contract Liability Included MED EXP(Any one person) $ 5,000 A Y 85323509 05/07/2023 05/07/2024 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY FX PRO LOC PRODUCTS-COMP/OP AGG $ 2,000,000 JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED Y 85323509 05/07/2023 05/07/2024 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED �/ NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY /� AUTOS ONLY Per accident X PIP$5k PIP $ 5,000 X UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 5'000'000 A EXCESS LIAR CLAIMS-MADE Y 85323509 05/07/2023 05/07/2024 AGGREGATE $ 5,000,000 DED I I RETENTION$ $ WORKERS COMPENSATION X PEATUTE EORH AND EMPLOYERS'LIABILITY y/N 1,000,000 A ANY PROPRIETOR/PARTNER/EXECUTIVE N/A 85323509 05/07/2023 05/07/2024 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Contractors Equipment Leased/Rented $1,700,000 A 85323509 05/07/2023 05107/2024 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status as required by written contract or agreement.The General Liability and Workers Compensation policies include a blanket waiver of subrogation endorsement as required by a written contract or agreement.The General Liability,Auto Liability,and Workers Compensation policies include a blanket notice of cancellation providing for 30 days'advance notice except 10 days'notice for nonpayment of premium as required by written contractor agreement. The General Liability Policy contains a special endorsement with"Primary and Noncontributory"when required by written contract wording. The Umbrella is a Follow Form Umbrella. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City Manager City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 221 E.Main Street AUTHORIZED REPRESENTATIVE Round Rock, TX 78664 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 00700 GENERAL CONDITIONS 4 City of Round Rock Contract Forms General Conditions Section 00700 TABLE OF CONTENTS OF GENERAL CONDITIONS Article Page Number& Title Number 1 DEFINITIONS.................................................................................................................................................2 2. PRELIMINARY MATTERS.............................................................................................................................5 I 3. CONTRACT DOCUMENTS. INTENT, AMENDING, REUSE........................................................................7 f 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL 11 CONDITIONS, REFERENCE POINTS......................................................................................................... 8 5 BONDS AND INSURANCE........................................................................................................................... 10 6. CONTRACTOR'S RESPONSIBILITIES.........................................................................................................16 7 OTHER WORK ............................................................................................................................................ .24 8 OWNER'S RESPONSIBILITIES .................................................................................................................. .25 9 ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION...............................................................26 t 10. CHANGES IN THE WORK............................................................................................................................27 11. CHANGE OF CONTRACT AMOUNT............................................................................................................28 12 CHANGE OF CONTRACT TIMES.................................................................................................................31 13 TESTS AND INSPECTIONS, AND CORRECTION OR REMOVAL OF DEFECTIVE WORK........................................................................................................32 14 PAYMENTS TO CONTRACTOR AND COMPLETION .................................................................................35 15 SUSPENSION OF WORK AND TERMINATION...........................................................................................39 16. DISPUTE RESOLUTION...............................................................................................................................41 17 RIGHT TO AUDIT..........................................................................................................................................42 18 MISCELLANEOUS.........................................................................................................................................43 00700 04-2020 Page 1 General Conditions 00443641 i GENERAL CONDITIONS ARTICLE 1 -DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents, the term printed with initial capital letters or all capital letters, including the term's singular and plural forms, will have the meaning indicated in the definitions below or as defined in these General Conditions or other Contract Documents: 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 — Includes the Invitation to Bid, Instructions to Bidders, Agreement, General Conditions, Supplemental General Conditions, Special Conditions, Specifications, Project Manual, Drawings, Addenda and Change Orders. 1.13 Contract Time-The number of days allowed for completion of the Work as defined by the Contract. When any period is referred to in days, it will be computed to exclude the first and include the last day of such period. A day of twenty-four(24) hours measured from midnight to the next midnight will constitute a day. 1.14 CONTRACTOR - The individual, firm, corporation, or other business entity with whom the OWNER has entered into the Contract. 00700 04-2020 Page 2 General Conditions i 1.15 Drawings - Those portions of the Contract Documents which are graphic representations of the scope, extent and character of the Work to be furnished and performed by the CONTRACTOR and which have been approved by the OWNER. Drawings may include plans. elevations, sections, details, schedules and diagrams. Shop Drawings are not Drawings as so defined 1.16 Engineer/Architect (E/A) - The OWNER's design professional identified as such in the Agreement. 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 l New Year's Day January 1 Martin Luther King, Jr.'s Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September l Veteran's Day November 11 Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Eve December 24 l Christmas Day December 25 00700 04-2020 Page 3 General Conditions i 1.23.2 If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. 1.23.3 If Christmas Eve falls on a Saturday or a Sunday, the preceding Friday is observed as the Christmas Eve holiday. 1.23.4 If Christmas Day falls on a Saturday or a Sunday, the following Monday is observed as the Christmas Day holiday. 1.24 Milestones-A significant event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25 Notice to Proceed - A Written Notice given by the OWNER to the CONTRACTOR notifying the CONTRACTOR to commence the Work and which may also fix 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 Proiect - 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, on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.32 Proposal Documents—The advertisement or invitation for Proposals, Instruction to Offerors, the Proposal form, the Contract Documents and Addenda. 1.33 Resident Project Representative -The authorized representative of E/A who may be assigned to the site or any part thereof. 1.34 Shop Drawings -All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for the CONTRACTOR and submitted by the CONTRACTOR as required by the Contract Documents. 1.35 Specifications -Those portions of the Contract Documents consisting of written technical descriptions as applied to the Work, which set forth to the CONTRACTOR, in detail, the requirements which must be met by all materials, equipment, construction systems, standards, workmanship, equipment and services in order to render a completed and useful project. 1.36 Substantial Completion - The stage in the progress of the Work when the Work, or designated portions thereof, may still require minor modifications or adjustments but, in the OWNER's opinion, the Work has progressed to the point such that all parts of the Work under consideration are fully operational and the beneficial use and occupancy of which can be assumed by the Owner, as evidenced by a Certificate of Substantial Completion approved by the OWNER. 00700 04-2020 Page 4 General Conditions 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 or a Sub- subcontractor of any tier 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 1 or Sub-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. t 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 t 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 I Representative, all Work shall be performed between 7:00 a.m. and 6:00 p.m. on weekdays and, if previously authorized as provided for in paragraph 1.44 or paragraph 1.6 herein, as applicable, between 9:00 a.m. and 6:00 p.m. on Saturdays, Sundays or Legal Holidays. When the CONTRACTOR has been authorized to perform Work during hours outside Working Times, such hours shall be considered time worked on Working Day contracts. Notwithstanding the preceding, emergency work may be done without prior permission only as provided in paragraph 6.11.5 herein 1.46 Written Notice-Written communication between the OWNER and the CONTRACTOR. Written Notice shall t be deemed to have been duly served if delivered in person to Owner's Representative or to the CONTRACTOR's duly authorized representative, or if such Written Notice is delivered to or sent by registered or certified mail to the attention of Owner's Representative or to the CONTRACTOR's duly authorized representative at the last business address known to the party giving notice. ARTICLE 2 - PRELIMINARY MATTERS 2.1 Delivery of Agreement, Bonds, Insurance, and Other Documentation: Within ten (10) Calendar Days after written notification of award of Contract, the CONTRACTOR shall deliver to the OWNER signed Agreement, Bond(s), Insurance Certificate(s) and other documentation required for execution of the Contract. 2.2 Copies of Documents: The OWNER shall furnish to the CONTRACTOR two (2) copies of the Contract Documents unless otherwise specified 00700 04-2020 Page 5 General Conditions 2.3 Commencement of Contract Times; Notice to Proceed: The Contract Time(s) commence on the date indicated in the Agreement or in the Notice to Proceed. Notice to Proceed will be given at any time within sixty(60)Calendar Days after the Execution Date of the Agreement, unless extended by written agreement of the parties. 2.4 Before Starting Construction: 2.4.1 No Work shall be done at the site prior to the preconstruction conference without the OWNER's approval. Before undertaking each part of the Work, the CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The CONTRACTOR shall promptly report in writing to Owner's Representative any conflict, error, ambiguity or discrepancy which the CONTRACTOR may discover and shall obtain a written interpretation or clarification from Owner's Representative before proceeding with any Work affected thereby. The CONTRACTOR shall be liable to the OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents of which the CONTRACTOR knew or reasonably should have known. 2.4.2 The CONTRACTOR shall submit the following to Owner's Representative for review and approval no later than the preconstruction conference: .1 a preliminary progress schedule indicating the times (number of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents, identifying when all Subcontractors will be utilized, and taking into consideration any limitations on Working Hours; .2 a preliminary schedule of Shop Drawing and sample submittals; .3 a preliminary schedule of values for all of the Work, subdivided into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. The preliminary schedule of values submitted by the CONTRACTOR should include a reasonable estimation of value of each item included and shall not contain disproportionate values assigned to any item or items; .4 a letter designating CONTRACTOR's Superintendent; .5 a letter from the CONTRACTOR and Subcontractor(s) listing any salaried specialists; .6 if applicable, a letter designating the "Competent Person(s)" on general safety and trench safety measures; .7 if applicable, a trench safety system plan; .8 if applicable, a plan illustrating proposed locations of temporary facilities; .9 if applicable, a traffic control plan; .10 a completed Non-Use of Asbestos Affidavit (Prior to Construction); and .11 if applicable, a letter designating the Texas Registered Professional Land Surveyor for layout of the Work. 2.5 Preconstruction Conference: Prior to commencement of Work at the site, a preconstruction conference attended by the CONTRACTOR, Owner's Representative and others will be held. 00700 04-2020 Page 6 General Conditions 2.6 Initially Acceptable table 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 r schedule by Owner's Representative will neither impose on Owner's Representative responsibility for the I 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. 2.7 Electronic Transmittals: 2.7.1 Except as otherwise stated elsewhere in the Contract Documents, the OWNER, E/A, and CONTRACTOR may transmit, and shall except, Project-related correspondence, texts, data, documents, drawings, information, and graphics, including but not limited to Shop Drawings and other submittals, in electronic media or digital format, either directly, or through access to a secure Project website. 2.7.2 When transmitting items in electronic media or digital format, the transmitting party makes no representations as to long term compatibility, usability, or readability of the items resulting from the recipient's use of software application packages. operating systems, or computer hardware differing from those used in the drafting t or transmittal of the items. 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): Change Orders Modifications to the Contract Documents made after the Execution Date 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 l industry meanings are used in the Contract Documents in accordance with such recognized meanings. 3.2 Reporting and Resolving Discrepancies: Prior to commencing the Work, the CONTRACTOR shall review the Contract Documents for the purpose of discovering any conflict, error. ambiguity or discrepancy in the Contract Documents. If, at any time, 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 3 00700 04-2020 Page 7 General Conditions 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: 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. 3.3.2 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 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. Unless the CONTRACTOR, prior to the execution of the Agreement, has notified the OWNER in writing of any condition of the site of the proposed Work that would adversely impact 00700 04-2020 Page 8 General Conditions theerformance of the Work b the CONTRACTOR, CONTRACTOR covenants that there are no conditions at the P Y site of the proposed work which would adversely impact the performance of Work by the CONTRACTOR. 4.2.2 If conditions are encountered at the site which are (1) subsurface or otherwise concealed physical i 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, OWNER will consider 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. 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 CONTRACTOR shall indemnify or reimburse the OWNER for 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 Work stoppage j or salvage work causes an increase in the CONTRACTOR's cost of, or time required for, performance of the Work, ! the Contract Amount and/or Contract Time may be equitably adjusted. ! 4.3 Reference Points: Unless otherwise specified, the OWNER will furnish all reference points, benchmarks, survey monuments, and control points which, in the OWNER's opinion, are suitable for laying out the Work. Such benchmarks and reference points will be placed at intervals not to exceed 1,500 feet All reference points, benchmarks, survey monuments and control points shall be carefully preserved by the CONTRACTOR by use of flags, laths or other appropriate measures and, in case of destruction or removal by the CONTRACTOR or its employees, such reference points, benchmarks, survey monuments, and control points shall be replaced by a Registered Professional Land Surveyor at the CONTRACTOR's expense. When reference points, benchmarks, survey monuments, or control points are in conflict with the Work, then reestablishment will be the OWNER's responsibility during or upon completion of the Work. 4.4 Hazardous Materials: 00700 04-2020 Page 9 General Conditions 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. 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. 4.4.4 TO THE FULLEST EXTENT PERMITTED BY LAWS AND REGULATIONS, CONTRACTOR SHALL INDEMNIFY AND HOLD HARMLESS OWNER, AND ITS COUNCIL MEMBERS, EMPLOYEES, AGENTS, AND CONSULTANTS 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 ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS) ARISING OUT OF OR RELATING TO FAILURE TO CONTROL, CONTAIN OR REMOVE A HAZARDOUS MATERIAL BROUGHT TO THE SITE BY CONTRACTOR OR BY ANYONE FOR WHOM CONTRACTOR IS RESPONSIBLE, OR TO A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR OR BY ANYONE FOR WHOM CONTRACTOR IS RESPONSIBLE. ARTICLE 5 - BONDS AND INSURANCE 5.1 Surety and Insurance Companies: All bonds and insurance required by the Contract Documents shall be obtained from solvent surety or insurance companies that are duly licensed by the State of Texas and authorized to issue bonds or insurance policies for the limits and coverages required by the Contract Documents. The bonds shall be in a form acceptable to the OWNER and shall be issued by a surety which complies with the requirements of Chapter 3503, Texas Insurance Code (2005) and which is otherwise acceptable to the OWNER. OWNER may require the surety to obtain reinsurance for any portion of the risk that exceeds 10% of the surety's capital and surplus. For bonds exceeding $100,000, the surety must also hold a certificate of authority from the U.S. Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury. 5.2 Workers' Compensation Insurance Coverage: 5.2.1 Definitions .1 Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on the Project, for the duration of the Project. .2 Duration of the Project - includes the time from the beginning of the Work on the Project until the CONTRACTOR's/ person's Work on the Project has been completed and accepted by the OWNER. .3 Persons providing services on the Project ("subcontractor" herein) - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the Project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, by way of illustration and not of limitation, 00700 04-2020 Page 10 General Conditions independent contractors, Subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 5.2.2 The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the CONTRACTOR providing services on the Project, for the duration of the Project. 5.2.3 The OWNER will not execute the Contract prior to the CONTRACTOR providing all required certificates of coverage. 5.2.4 If the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the duration of the Project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of # coverage with the OWNER showing that coverage has been extended 5.2.5 The CONTRACTOR shall obtain from each person providing services on the Project, and provide to the OWNER: .1 a certificate of coverage, prior to that person beginning Work on the Project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the Project; and .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 coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; .3 provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project, L 00700 04-2020 Page 11 General Conditions .4 obtain from each other person with whom it contracts, and provide to the CONTRACTOR: a) a certificate of coverage, prior to the other person beginning Work on the Project; and b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; .5 retain all required certificates of coverage on file for the duration of the Project and for one (1) year thereafter; .6 notify the OWNER in writing by certified mail or personal delivery within ten (10) days after the person knew or should have known of any change that materially affects the provision of coverage of any person providing services on the Project; and .7 contractually require each person with whom it contracts, to perform as required by paragraphs 5.2.9.1 - 5.2.9.7, with the certificates of coverage to be provided to the person for whom they are providing services. 5.2.10 By signing this Contract or providing or causing to be provided a certificate of coverage, the CONTRACTOR is representing to the OWNER that all employees of the CONTRACTOR who will provide services on the Project will be covered by workers'compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the CONTRACTOR to administrative penalties, criminal penalties, civil penalties, or other civil actions. 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. 00700 04-2020 Page 12 General Conditions i .4 All endorsements naming the OWNER as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall indicate: City of Round Rock, 221 E Main St., Round Rock, Texas 78664 .5 The "other" insurance clause shall not apply to the OWNER where the OWNER is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both OWNER and CONTRACTOR, shall be considered primary coverage as applicable. .6 If insurance policies are not written for amounts specified below, CONTRACTOR shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. .7 OWNER shall be entitled, upon request and without expense, to receive certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies ! .8 OWNER reserves the right to review the insurance requirements set forth during the effective period of this Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by OWNER based upon changes in statutory law, court decisions, the claims history of the industry or financial condition of the insurance company I 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. t .10 CONTRACTOR shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. .11 CONTRACTOR shall provide OWNER thirty (30) days written notice of erosion of the aggregate limits below occurrence limits for all applicable coverages indicted within the Contract .12 If OWNER-owned property is being transported or stored off-site by CONTRACTOR, then the appropriate property policy will be endorsed for transit and storage in an amount sufficient to protect OWNER's property. .13 The insurance coverages required under this contract are required minimums and are not intended to limit the responsibility or liability of CONTRACTOR. 5.3.1.2 Business Automobile Liability Insurance. Provide coverage for all owned, non-owned and hired vehicles. The policy shall contain the following endorsements in favor of OWNER: a) Waiver of Subrogation endorsement TE 2046A, b) 30 day Notice of Cancellation endorsement TE 0202A, and c) Additional Insured endorsement TE 9901 B Provide coverage in the following types and amounts 00700 04-2020 Page 13 General Conditions s .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. 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: 00700 04-2020 Page 14 General Conditions 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. .4 If CONTRACTOR has failed to obtain or maintain a required bond, OWNER may exclude the CONTRACTOR from the site of the Project and exercise OWNER's suspension and/or termination rights under the Contract Documents. 5.4.2 Performance Bond. .1 If the Contract Amount exceeds $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER. .2 If the Contract Amount exceeds $25,000 but is less than or equal to $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER, unless the original i 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 f 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 51/o 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 $50,000, CONTRACTOR shall furnish OWNER with a Payment Bond in the form set out by OWNER. l .2 If the Contract Amount is less than or equal to $50,000, 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 5423 00700 04-2020 Page 15 General Conditions ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence: 6.1.1 The CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently,devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Unless otherwise directed by the OWNER in the Contract Documents, the CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.1.2 The CONTRACTOR shall have an English-speaking, competent Superintendent on the Work at all times that work is in progress. Upon request of Owner's Representative, the CONTRACTOR shall present the resume of the proposed Superintendent to Owner's Representative showing evidence of experience and successful superintendence and direction of work of a similar scale and complexity. If, in the opinion of Owner's Representative, the proposed Superintendent does not indicate sufficient experience in line with the Work, he/she will not be allowed to be the designated Superintendent for the Work. The Superintendent shall not be replaced without Written Notice to Owner's Representative. If the CONTRACTOR deems it necessary to replace the Superintendent, the CONTRACTOR shall provide the necessary information for approval, as stated above, on the proposed new Superintendent. A qualified substitute Superintendent may be designated in the event that the designated Superintendent is temporarily away from the Work, but not to exceed a time limit acceptable to Owner's Representative. The CONTRACTOR shall replace the Superintendent upon the OWNER's request in the event the Superintendent is unable to perform to the OWNER's satisfaction. The Superintendent will be the CONTRACTOR's representative on the Work and shall have the authority to act on behalf of the CONTRACTOR. All communications given to the Superintendent shall be as binding as if given to the CONTRACTOR. Either the CONTRACTOR or the Superintendent shall provide an emergency and home telephone number at which one or the other may be reached if necessary when work is not in progress. 6.2 Labor, Materials and Equipment: 6.2.1 The CONTRACTOR agrees to employ only orderly and competent workers, skillful in performance of the type of Work required under this Contract. The CONTRACTOR, Subcontractors, Sub-subcontractors, and their employees may not use or possess any firearms, alcoholic or other intoxicating beverages, illegal drugs or controlled substances while on the job or on the OWNER's property, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. If the OWNER or Owner's Representative notifies the CONTRACTOR that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the CONTRACTOR shall immediately remove such worker from performing Contract Work, and may not employ such worker again on Contract Work without the OWNER's prior written consent. The CONTRACTOR shall at all times maintain good discipline and order on or off the site in all matters pertaining to the Project. The CONTRACTOR shall pay workers no less than the wage rates established in Section 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. 00700 04-2020 Page 16 General Conditions I 3 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 (1 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. f .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 i 6.2.4.1.1, then it will be considered a proposed substitute item. The CONTRACTOR shall submit sufficient information to allow the OWNER to determine that the item of material or item of equipment proposed is essentially equivalent to that named and a substitute therefor. !` 6.2.4.2 Substitute Construction Methods and Procedures. If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, the CONTRACTOR may with prior approval of the OWNER furnish or utilize a substitute means, method, technique, sequence, or procedure of construction. The CONTRACTOR shall submit sufficient information to Owner's Representative to allow the OWNER, in the OWNER's sole discretion, to determine that the substitute proposed is r equivalent to that expressly called for by the Contract Documents. I 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. .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 00700 04-2020 Page 17 General Conditions .2 Proposed adjustments in the progress schedule that will change the Contract Times or Milestones shall be submitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order or Time Extension Request in accordance with Article 12. 6.4 Concerning Subcontractors, Suppliers and Others: 6.4.1 Assignment: The CONTRACTOR agrees to retain direct control of and give direct attention to the fulfillment of this Contract. The CONTRACTOR agrees not to, by Power of Attorney or otherwise, assign said Contract without the prior written consent of the OWNER. 6.4.2 Award of Subcontracts for Portions of the Work: The CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom the OWNER may have reasonable objection. The CONTRACTOR must provide the OWNER with a list of all Subcontractors, Suppliers, or other persons or organizations it will use in the Work, and such list must be provided prior to the preconstruction conference. Should the OWNER have objections,the OWNER will communicate such objections by Written Notice. If the OWNER requires a change without good cause of any Subcontractor, person or organization previously accepted by OWNER,the Contract Amount may be increased or decreased by the difference in the cost occasioned by any such change, and an appropriate Change Order shall be issued. The CONTRACTOR shall not substitute any Subcontractor, person or organization that has been accepted by the OWNER, unless the substitute has been accepted in writing by the OWNER. No acceptance by the OWNER of any Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of the OWNER to reject defective Work. 6.4.3 The CONTRACTOR shall enter into written agreements with all Subcontractors and Suppliers which specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents for the benefit of the OWNER and E/A. The OWNER reserves the right to specify that certain requirements shall be adhered to by all Subcontractors and Sub-subcontractors as indicated in other portions of the Contract Documents and these requirements shall be made a portion of the agreement between the CONTRACTOR and Subcontractor or Supplier. 6.4.4 The CONTRACTOR shall be fully responsible to the OWNER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR just as the CONTRACTOR is responsible for the CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between the OWNER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of the OWNER or E/A to pay or to see to the payment of any amounts due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by laws and regulations. 6.4.5 The CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR. The CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with Owner's Representative through the CONTRACTOR. 6.4.6 The divisions and sections of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing or delineating the Work to be performed by any specific trade. 6.4.7 The CONTRACTOR shall pay each Subcontractor and Supplier their appropriate share of payments made to the CONTRACTOR not later than ten(10)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. 00700 04-2020 Page 18 General Conditions 6.5.2 The CONTRACTOR shall a all royalties and license fees and shall provide, prior to commencement of pay Y P 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 indemnify and save the OWNER harmless from any and all claims, costs, losses, expenses and damages(including but not limited to attorney's fees and consultant fees), 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, with counsel of its own choosing, to any suit or claim of I 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 j 6.6 Permits, Fees: 1 Unless otherwise provided in the Supplemental General Conditions, the CONTRACTOR shall obtain and pay for [ all construction permits, licenses and fees required for prosecution of the Work. OWNER will obtain and pay for the following permits, licenses and/or fees, if required: .1 Site Development Permit. .2 Building Permit(s). .3 Texas Department of Transportation permit for work in State rights-of-way. .4 Railroad Utility License Agreement 6.7 Laws and Regulations: 6.7.1 The CONTRACTOR shall give all notices and comply with all laws and regulations applicable to furnishing f 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. 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 that it is contrary to laws or regulations, then the CONTRACTOR shall bear and shall indemnify, defend and hold OWNER harmless from all claims, costs, losses and damages I arising therefrom, however, it shall not be the CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with laws and regulations, but this does not relieve the CONTRACTOR of the CONTRACTOR's obligations under Article 3. 6.8 Taxes: 6.8.1 The CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by the CONTRACTOR in accordance with the laws and regulations of the State of Texas. 00700 04-2020 Page 19 General Conditions 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 Chapter 321, Texas Tax Code. 6.9 Use of Premises: 6.9.1 The CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by laws and regulations, rights-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, the CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by dispute resolution proceeding or at law. The CONTRACTOR shall indemnify, defend and hold harmless the OWNER, E/A, E/A's consultants and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages (including court costs and reasonable attorneys' fees) arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against the OWNER, E/A or any other party indemnified hereunder to the extent caused by or based upon performance of the Work or failure to perform the Work. 6.9.2 During the progress of the Work and on a daily basis, the CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work, the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. The CONTRACTOR shall leave the site clean and ready for occupancy by the OWNER at Substantial Completion of the Work. The CONTRACTOR shall, at a minimum, restore to original condition all property not designated for alteration by the Contact Documents. 6.9.3 The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.10 Record Documents: The CONTRACTOR shall maintain in a safe place at the site, or other location acceptable to the OWNER, one (1) record copy of all Drawings, Specifications,Addenda, Change Orders, Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.5) in good order and annotated to show all changes made during construction. These record documents, together with all final samples and all final Shop Drawings, will be available to the OWNER and E/A for reference during performance of the Work. Upon Substantial Completion of the Work, these record documents, samples and Shop Drawings showing the final "as built" construction of the Project 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 and safety 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 00700 04-2020 Page 20 General Conditions .3 other property at the site or adjacent thereto, including but not limited to, trees, shrubs, lawns, walks. P P Y 1 pavements, roadways structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. 6.11.2 The CONTRACTOR shall comply with all applicable laws and regulations of any public body having f jurisdiction for safety of persons or property or to protect them from damage, injury or loss, and shall erect and maintain all necessary safeguards for such safety and protection The CONTRACTOR shall notify owners of adjacent property and of underground facilities, and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.11.1.2 and paragraph 6.11.1.3 caused, directly or indirectly, in whole or in part, by the CONTRACTOR. Subcontractor, Supplier or any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be responsible, shall be remedied by the CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of the OWNER, or E/A, or E/A's consultant or anyone employed by any of them or anyone for whose acts any of them may be responsible, and not attributable, directly i 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 i 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. At a minimum, the safety representative shall have received the OSHA thirty (30) hour training and a certificate evidencing that the safety representative has received such training within the last five (5) years shall be provided to the OWNER's representative 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 I 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 I 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 z 00700 04-2020 Page 21 General Conditions 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; .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. .9 the failure of the OWNER, E/A or any other person or entity acting on behalf of the OWNER or E/A to observe, detect or discover any defect in the Work or any non-conformance of the Work with any requirement of the Contract Documents. CONTRACTOR hereby waives any claim or defense to any claim by the OWNER that any failure by the OWNER, E/A, or any other person or entity acting on behalf of the OWNER or E/A to observe, detect or discover any defect in the Work relieves or releases, in whole or in part, CONTRACTOR from any obligations or responsibility for the correction of such defects or any other obligation of CONTRACTOR under the Contract Documents. 6.14 Indemnification: 00700 04-2020 Page 22 General Conditions +f i 3 6.14.1 TO THE FULLEST EXTENT PERMITTED BY LAW,AND IN ADDITION TO ANY OTHER OBLIGATIONS OF CONTRACTOR UNDER THE CONTRACT OR OTHERWISE, CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS OWNER, ITS COUNCIL MEMBERS , EMPLOYEES, AGENTS, AND CONSULTANTS INCLUDING, BUT NOT LIMITED TO THE E/A (THE "INDEMNIFIED PARTIES" OR INDEMNIFIED PARTY", FROM AND AGAINST ALL CLAIMS, COSTS, LOSSES, AND DAMAGES (INCLUDING BUT NOT LIMITED TO ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, CONSULTANTS, EXPERTS AND OTHER PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS) ARISING OUT OF OR RELATING TO THE PERFORMANCE OF THE WORK, REGARDLESS OF WHETHER SUCH CLAIMS, COSTS, LOSSES, AND DAMAGES ARE CAUSED, IN WHOLE OR IN PARTY BY THE ACTS, r ACTIONS, ERRORS OR OMISSIONS OF AN INDEMNIFIED PARTY. I BECAUSE OWNER IS A MUNICIPALITY, THE TERMS AND PROVISIONS OF SUBCHAPTER C OF CHAPTER 151 OF THE TEXAS INSURANCE CODE ("CHAPTER 151") DOES NOT APPLY TO THE OWNER. IF, HOWEVER, ANY PROVISION OF CHAPTER 151 APPLIES TO THE OWNER, IT IS THE INTENT OF THE OWNER THAT IF THE PROVISIONS OF CHAPTER 151 DO APPLY, NOTHING HEREIN SHALL IMPOSE ANY REQUIREMENTS ON CONTRACTOR THAT ARE PROHIBITED BY CHAPTER 151 AND THAT ANY OF THE PROVISIONS HEREOF THAT ARE NOT PROHIBITED BY CHAPTER 151 SHALL REMAIN IN FULL FORCE AND EFFECT. ACCORDINGLY, IN THE EVENT THAT IN CONSTRUING AND INTERPRETING THE CONTRACT DOCUMENTS, A COURT OF COMPETENT JURISDICTION OR, IF APPLICABLE, AN ARBITRATOR, DETERMINES THAT CHAPTER 151 APPLIES TO THE OWNER, THEN THE COURT OR ARBITRATOR SHALL REFORM THE PROVISIONS HEREOF SO AS TO COMPLY WITH CHAPTER 151 AND SUCH REFORMATION SHALL NOT AFFECT THE VALIDITY OF ANY PROVISIONS HEREOF THAT ARE NOT PROHIBITED BY CHAPTER 151. f 1 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 1 OWNER against all costs resulting from such claims. l 6.14.5 In the event the CONTRACTOR unreasonably delays progress of the work being done by others on the site so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss. 6.15 Survival of Obligations: All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. 6.16 Losses from Natural Causes: Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the Work to be I done or from action of the elements, floods or from unforeseeable circumstances in prosecution of the Work or from l 00700 04-2020 Page 23 General Conditions 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, statute of repose, or any other provision of the Contract Documents. 6.18 Liquidated Damages: At set forth in the Agreement,paragraph 1.2,the CONTRACTOR or its Surety shall be liable for Liquidated Damages for the CONTRACTOR's failure to timely complete the Work or any portion thereof within the Contract Time. See Supplemental Conditions for amount of Liquidated Damages. ARTICLE 7-OTHER WORK 7.1 The OWNER may perform other work related to the Project at the site by the OWNER's own forces, or let other contracts therefor, or have other work performed by utility owners. If the CONTRACTOR believes that delay or additional cost is involved because of such action by the OWNER, the CONTRACTOR may make a Claim as provided in Article 11 or Article 12. 7.2 The CONTRACTOR shall afford other contractors who are in a contract with the OWNER and each utility owner (and the OWNER, if the OWNER is performing the additional work with the OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, the CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. The CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Owner's Representative and the other contractors whose work will be affected. The CONTRACTOR shall promptly remedy damage caused by the CONTRACTOR to completed or partially completed construction or to property of the OWNER or separate contractors. 7.3 If the proper execution or results of any part of the CONTRACTOR's Work depends upon work performed by others under this Article 7, the CONTRACTOR shall inspect such other work and promptly report to Owner's Representative in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of the CONTRACTOR's Work. The CONTRACTOR's failure to report will constitute an acceptance of such other work as fit and proper for integration with the CONTRACTOR's Work except for latent or non-apparent defects and deficiencies in such other work. 7.4 The OWNER shall provide for coordination of the activities of the OWNER's own forces and of each separate contractor with the Work of the CONTRACTOR, who shall cooperate with them. The CONTRACTOR shall participate with other separate contractors and Owner's Representative in reviewing their construction schedules when directed to do so. The CONTRACTOR shall make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the CONTRACTOR, separate contractors and the OWNER until subsequently revised. 7.5 Unless otherwise stated herein, costs caused by delays or by improperly timed activities or defective construction shall be borne by the party responsible therefor. 7.6 If CONTRACTOR damages,delays, disrupts or interferes with the work of any other contractor, or any utility owner performing other work at or adjacent to the site of the Project, through CONTRACTOR's failure to take reasonable and customary measures to avoid such impacts, or if any claim arising out of CONTRACTOR's actions, 00700 04-2020 Page 24 General Conditions i inactions or negligence in performance of the Work at or adjacent to the site of the Project is made by any such other contractor or utility owner against CONTRACTOR, OWNER, or E/A, then CONTRACTOR shall (1) promptly attempt to settle the claim as to all parties through negotiations with such other contractor or utility owner, or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law, and (2)INDEMNIFY AND HOLD HARMLESS THE INDEMNIFIED PARTIES, INCLUDING, BUT NOT LIMITED TO THE E/A FROM AND AGAINST ANY SUCH CLAIMS,AND AGAINST ALL COSTS, LOSSES,AND DAMAGES(INCLUDING BUT NOT LIMITED TO ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, AND OTHER PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS) ARISING OUT OF OR RELATING TO SUCH DAMAGE, DELAY, DISRUPTION, OR INTERFERENCE. ARTICLE 8 -OWNER'S RESPONSIBILITIES i 8.1 Prior to the start of construction, the OWNER will designate in writing a person or entity to act as Owner's Representative during construction. Except as otherwise provided in these General Conditions, the OWNER shall issue all communications to the CONTRACTOR through Owner's Representative. 8.2 The OWNER will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto. The OWNER is not responsible for any failure of the CONTRACTOR to comply with 1 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 I 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). 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 notice of such injury or damage will be sent to the CONTRACTOR 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. 8.7 The OWNER is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The failure or omission of the OWNER, E/A or any other person or entity acting on behalf of the OWNER or the E/A to observe, detect, discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from CONTRACTOR's obligation to properly and fully perform the Work pursuant to the Contract Documents. The OWNER shall not be responsible for the acts, errors or omissions f of the CONTRACTOR, or any Subcontractor, Supplier or any other person or entity performing or furnishing any of the Work on behalf of the CONTRACTOR ARTICLE 9 - ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION I 9.1 E/A's Authority and Responsibilities: t 9.1.1 The duties and responsibilities and the limitations of authority of E/A during construction are set forth in the Contract Documents and shall not be extended without written consent of the OWNER and E/A. The assignment 111 I 00700 04-2020 Page 25 General Conditions of any authority, duties or responsibilities to E/A under the Contract Documents, or under any agreement between the OWNER and E/A, or any undertaking, exercise or performance thereof by E/A, is intended to be for the sole and exclusive benefit of the OWNER and is not for the benefit of the CONTRACTOR, Subcontractor, Sub- subcontractor, Supplier, or any other person or organization, or for any surety or employee or agent of any of them. 9.1.2 E/A will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto. E/A is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to the furnishing or performing the Work. E/A is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of E/A to discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Work. 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. 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: 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 00700 04-2020 Page 26 General Conditions CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Amount or the Contract Times, the OWNER or the CONTRACTOR may make a Claim therefor as provided in Article 11 or Article 12 ' 9.6 Rejecting Defective Work: E/A may recommend that the OWNER disapprove or reject Work which E/A believes to be defective, or believes will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ARTICLE 10 -CHANGES IN THE WORK 10.1 Changes: 10.1.1 Without invalidating the Contract and without notice to any surety, the OWNER, at any time or from time to time, may order additions, deletions or revisions in the Work. Such changes in the Work will be authorized by t Change Order, Change Directive or Field Order. j 10.1.2 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the 1 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 l 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 00700 04-2020 Page 27 General Conditions and Contract Time being adjusted as necessary. A Change Directive shall be used in the absence of complete and prompt agreement on the terms of a Change Order. 10.3.2 If the Change Directive provides for an adjustment to the Contract Amount, the adjustment shall be based on the method provided for in paragraph 11.5. 10.3.3 A Change Directive shall be recorded later by preparation and execution of an appropriate Change Order. 10.3.4 Upon receipt of a Change Directive, CONTRACTOR shall promptly proceed with the change in the Work involved. 10.4 Field Order: 10.4.1 Owner's Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Amount or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These shall be accomplished by written Field Order and shall be binding on the OWNER and on the CONTRACTOR who shall perform the Work involved promptly. 10.4.2 If the CONTRACTOR believes that a Field Order would require an adjustment in the Contract Amount and/or Contract Times, the CONTRACTOR shall make written request to Owner's Representative for a Change Order. Any request by the CONTRACTOR for an adjustment in Contract Amount and/or Contract Times shall be made in writing prior to beginning the work covered by the Field Order. 10.5 No Damages for Delay: Except as otherwise provided in the Contract Documents, 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 for reasons for which the CONTRACTOR is not responsible, or such delay is not caused by active interference in the Work by OWNER for reasons for which the CONTRACTOR is not responsible, then such delay will entitle the CONTRACTOR only 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: 00700 04-2020 Page 28 General Conditions 7 I 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: uments to the quantities of the items involved 1 by application of unit prices contained in the Contract Docr itemized and supported by sufficient substantiating data to .2 by a mutually agreed lump sum properly permit evaluation provided .3 by cost of Work plus the CONTRACTOR's fee for all overhead costs and profit(determined as in paragraph 11.5). { ribed in paragraph 11.4.1.3, the OWNER and the CONTRACTOR agree to 11.4.2 Before using the method desc1! negotiate a Change Order using the methods identified in paragraph 11.4.1.1 and paragraph 11.4.1.2, as appropriate, to determinetract Amount. the adjustment in the Con 11.5 Cost of Work: h 11.4.1.1 or paragraph 11.4.1.2 can be agreed upon before a change If neither of the methods defined in paragraph in the Work is commenced which will e Contract Amount, the OWNER may issue ll result in an adjustment in thge Directive, CONTRACTOR shat Change Directive to the CONTRACTOR. elects perform the Changed Work and payment If the O ase R follow so issue a Chan i will be m 1 For all personnel, the CONT O 900f or each hourR ll the thatthat rsa d personnel areate or wage s adctuallyin eengageld in sugch rates established in Section hereof as Work, to which will be added an CONTRACTOR's and any unt equal affected Subconto twenty-five pteactorts(t total overhead andtprofit No compensation for the CONT separate charge will be made by the CONTRACTOR for organization or overhead expenses. For the ial security and cost of premiums on public liability insurance, fifty-five pe cent (55%)rs' compensation insurance, the nwages cpaid personnel, The unemployment insurance, an amount excluding the twenty-five(25%)co pbond(s) on the extra nsation provided oWo kl wile be pad based CONTRACTOR o R invoices from actual cost of the CONTRACT surety. No charge for superintendence will be made unless considered necessary and ordered by the OWNER. actual cot, s used on .2 The CONTRACTOR will receive the added a ssumcequal to luding freight spercent percent off as such Work, to which costs will rofit In compensation for the CONTRACTO takentlthe ectualecteacost willtbe the invoal e pripe minus case material invoices indicate a discount ou t may be the discount. eed ssary by .3 For machinery, trucks, power tools, r other al itar equipment agr the CONTRACTOR the fleas given in the OWNER and the CONTRACTOR, the OWN ER edition of the Associated GeneralContractors that said tools oreequipmentrare in use onpsuch work, which rate published by Dataquest for each s andoverepairs. p�ofidditional compensation will be allowed on the includes the cost of fuel, lubricant equipment for the CONTRACTO t. ed for, shall b .4 The compensation, as herein providChange Directive and will CONTRACTOR clude use of small tools Subcontractor as payment in full for work done by and total overhead expense and profit. The CONTRACTOR and the owner Copies of these)record'shall compare records of work done by Change Directive at the end of each day. will be made upon forms provided for this purpose by the OWNER and signed by both Owners l Representative and the CONTRACTOR, with one (1) copy being retained by the OWNER o and on king by the CONTRACTOR.Odoes e snotsnval date the CONTRACTOR ac acyf he record to sign these records within days of presentation 00700 04-2020 Page 29 General Conditions 11.6 Unit Price Work: 11.6.1 Where the Contract Documents provide that all or part of the Work is to be unit price Work, initially the Contract Amount will be deemed to include for all unit price work an amount equal to the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Bid. The estimated quantities of items of unit price work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Amount. Determinations of the actual quantities and classifications of unit price work performed by the CONTRACTOR will be made by Owner's Representative. Owner's Representative will review with the CONTRACTOR the preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). 11.6.2 When "plan quantity" is indicated for a bid item, the CONTRACTOR shall be paid the amount specified in the Contract Documents without any measurements. 11.6.3 Each unit price will be deemed to include an amount considered by the CONTRACTOR to be adequate to cover the CONTRACTOR's overhead and profit for each separately identified item. 11.6.4 A Major Item is any individual bid item in the Bid that has a total cost equal to or greater than five percent (5%) of the original Contract Amount or $50,000, whichever is greater, computed on the basis of bid quantities and Contract unit prices. 11.6.5 The OWNER or the CONTRACTOR may make a Claim for an adjustment in the Contract Amount in accordance with Article 11 if: .1 the actual quantity of any Major Item should become as much as twenty percent (20%) more than or twenty percent(20%) less than in the Bid; or .2 The CONTRACTOR presents proper documentation contesting the accuracy of "plan quantity," and Owner's Representative verifies quantity and determines original quantity is in error by five percent (5%)or more. 11.6.6 Right to Verify Information: The CONTRACTOR agrees that any designated representative of the 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 00700 04-2020 Page 30 General Conditions 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 12.1.2 When the CONTRACTOR is at fault and the OWNER stops the Work so that corrections in the Work can be made by the CONTRACTOR, then no extension in time will be allowed 12.1.3 When the CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay for which the CONTRACTOR is not responsible, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay will be considered by OWNER. Any extension of the Contract Time 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 j( .1 Changes ordered in the Work which justify additional time. 1 .2 Failure of materials or products being at the Project site due to delays in transportation or failures of 11 Suppliers, for which the CONTRACTOR, a Subcontractor or a Supplier is not responsible. The request for an extension of time shall be supported by a recitation of acts demonstrating that such delays were beyond the control of the CONTRACTOR, a Subcontractor or a Supplier including but not limited to, the CONTRACTOR's, the Subcontractor's or the Supplier'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: 00700 04-2020 Page 31 General Conditions Under a Calendar Day Contract,the CONTRACTOR may also be granted an extension of time because of unusual inclement weather that is beyond the normal weather expected for the Williamson and Travis Counties, Texas area. Normal weather which prevents the CONTRACTOR from performing Work is expected during a Calendar Day Contract, and is not a justification for an extension of time. The following delineates the number of days per month for which, for purposes of Calendar Day Contracts, expected normal weather will prevent performance of Work: January.......................... 7 days February........................ 7 days March............................. 7 days April............................... 7 days May................................ 8 days June................................ 6 days July................................. 6 days August........................... 5 days September..................... 7 days October.......................... 7 days November..................... 7 days December...................... 7 days Days per month exceeding the number shown above may be credited as Rain Days if a Claim is made in accordance with paragraph 12.1.1 and meets the following definition: a"Rain Day" is any day in which a weather event occurs at the site and is sufficient to prevent the CONTRACTOR from performing units of Work critical to maintaining the project schedule during the entire day. 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. 00700 04-2020 Page 32 General Conditions 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 it 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 I 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. I 13.5.2 If the CONTRACTOR 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 I to stop the Work, based on defects, shall not stop calendar or working days charged to the Project. L 00700 04-2020 Page 33 General Conditions l 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), including but not limited to all consultant, engineering, expert and attorney's fees incurred by the OWNER as a result of such defective work or as necessary for OWNER to investigate such defective Work and/or to determine the appropriate means or methods to address or correct such defective Work. The OWNER shall have the right, in OWNER's sole discretion, to have the E/A or other consultant specify the means and methods that will be followed to correct or address any defective Work. If the OWNER specifies a means or method by which the defective Work will be addressed or corrected, the CONTRACTOR shall perform the specified work necessary to address or correct the defective Work at CONTRACTOR's sole cost and expense. 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 and all consultant, expert and attorney's fees incurred by OWNER)will be paid by the CONTRACTOR. 13.7.2 In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the warranty period for that item may start to run from an earlier date if so provided in the Contract Documents and agreed to by OWNER. 13.8 OWNER May Correct Defective Work: If the CONTRACTOR fails within a reasonable time after Written Notice of the OWNER to correct defective Work, or to remove and replace rejected Work, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents, the OWNER may, after seven (7) calendar days' Written Notice to the CONTRACTOR, correct and remedy any such deficiency. If, in the opinion of Owner's Representative, significant progress has not been made during this seven(7)calendar day period to correct the deficiency,the OWNER may exercise any actions necessary to remedy the deficiency. In exercising the rights and remedies under this paragraph,the OWNER shall proceed expeditiously. In connection with such corrective and remedial action, the OWNER may exclude the CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend the CONTRACTOR's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere. The CONTRACTOR shall allow the OWNER, its agents and employees,the OWNER's other contractors, E/A and E/A's consultants access to the site to enable the OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the OWNER in exercising such rights and remedies will be charged against the CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the 00700 04-2020 Page 34 General Conditions i 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 and any and all consultant, expert and attorneys fees incurred by OWNER as a result of OWNER's correction of 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. 13.9 ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of defective Work, OWNER prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses, and damages attributable to OWNER s evaluation of and determination to accept such defective Work, including but not limited to any expert, engineering or other consultant's fees incurred by the OWNER to investigate such defective Work and/or to determine the appropriate means or methods and work necessary to allow OWNER to accept the defective Work and f CONTRACTOR shall pay for all work required to be performed to allow OWNER to accept the defective Work and 1i any estimated costs, expenses and damages OWNER may sustain in the future as a result of accepting the defective Work, including any diminution in value of the Project as a result of accepting the defective Work. If any such acceptance occurs prior to final payment, the necessary revisions in the Contract Documents with respect to 1 the Work shall be incorporated in a Change Order. If the parties are unable to agree as to the decrease in the Contract Price, then OWNER may impose a reasonable set-off against payments due under the Contract Documents. If the acceptance of defective Work occurs after final payment. CONTRACTOR shall pay to OWNER the above described costs, expenses and damages incurred by OWNER as a result of OWNER's acceptance of defective Work. 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 or as required by OWNER 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 Contract Documents. 14.1.5 Where the original Contract Amount is less than $400,000, the OWNER will pay to the CONTRACTOR the total amount of approved Application for Payment, less ten percent (10%) of the amount thereof, which ten percent (10%)will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. Where the original Contract Amount is$400,000 or more, the OWNER will pay to the CONTRACTOR the total amount of approved Application for Payment, less five percent (5%) of the amount thereof, which five percent (5%)will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. In either case, if the Work is near completion and delay occurs due to no fault or neglect of the CONTRACTOR, the OWNER may pay a portion of the retained amount to the CONTRACTOR The CONTRACTOR, at the OWNER's option, may be relieved of the obligation to complete the Work and, thereupon, the CONTRACTOR shall receive payment of the balance due under the Contract subject to the conditions stated under paragraph 15.2 00700 04-2020 Page 35 General Conditions 14.1.6 Applications for Payment shall include the following documentation: .1 updated progress schedule; .2 monthly subcontractor report; and .3 any other documentation required under the Supplemental General Conditions. 14.2 CONTRACTOR's Warranty of Title: The CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment,whether incorporated in the Project or not,will pass to the OWNER not later than the time of payment to the CONTRACTOR free and clear of all liens. 14.3 Review of Applications for Progress Payment: 14.3.1 Owner's Representative will, within seven (7) calendar days after receipt of each Application for Payment, either indicate a recommendation for payment and forward the Application for processing by the OWNER, or return the Application to the CONTRACTOR indicating Owner's Representative's reasons for refusing to recommend payment. In the latter case,the CONTRACTOR may make the necessary corrections and resubmit the Application. 14.3.2 Owner's Representative's recommendation of any payment requested in an Application for Payment will constitute a representation by Owner's Representative, based upon Owner's Representative's on-site observations of the executed Work and on Owner's Representative's review of the Application for Payment and the accompanying data and schedules,that to the best of Owner's Representative's knowledge, information and belief: .1 the Work has progressed to the point indicated; and .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 inspections have been made to check the quality or the quantity of the Work or that the Work has been performed in accordance with the Contract Documents; .2 examination has been made to ascertain how or for what purpose the CONTRACTOR has used money previously paid on account of the Contract Amount; .3 the CONTRACTOR's construction means, methods, techniques, sequences or procedures have been reviewed; or .4 that there may not be other matters or issues between the parties that might entitle the CONTRACTOR to be paid additionally by the OWNER or entitle the OWNER to withhold payment to the CONTRACTOR. 14.4 Decisions to Withhold Payment: 14.4.1 The OWNER may withhold or nullify the whole or part of any payment to such extent as may be necessary on account of: .1 defective Work not remedied; 00700 04-2020 Page 36 General Conditions .2 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Amount 1 .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 I balance would not be adequate to cover actual or liquidated damages for the anticipated delay, .5 failure of the CONTRACTOR to submit a schedule of values in accordance with the Contract Documents, .6 failure of the CONTRACTOR to submit a submittal schedule in accordance with the Contract Documents, .7 failure of the CONTRACTOR to submit or update construction schedules in accordance with the Contract Documents; .8 failure of the CONTRACTOR to maintain a record of changes on drawings and documents, .9 failure of the CONTRACTOR to maintain weekly payroll reports: .10 failure of the CONTRACTOR to submit monthly subcontractor reports, .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. .13 OWNER's disagreement with the recommendation of the Owner's Representative, provided the OWNER has provided a Written Notice to the CONTRACTOR specifying the reasons why OWNER does not agree with such recommendation. 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 with which OWNER agrees and has approved for payment within thirty (30) calendar days after the day on which the OWNER received the mutually acceptable Application for Payment, then the OWNER will pay to the CONTRACTOR, in addition to the sum shown as due by such Application for Payment, interest thereon at the rate of one percent (1%) per month from date due until fully paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment. I 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 l 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 00700 04-2020 Page 37 General Conditions 14.7 Substantial Completion: 14.7.1 If a Certificate of Occupancy is required by public authorities having jurisdiction over the Work, said certificate shall be issued before the Work or any portion thereof is considered substantially complete. When the CONTRACTOR considers that the Work, or a portion thereof which the OWNER agrees to accept separately, is substantially complete, the CONTRACTOR shall notify Owner's Representative and request a determination as to whether the Work or designated portion thereof is substantially complete. If Owner's Representative does not consider the Work substantially complete, Owner's Representative will notify the CONTRACTOR giving reasons therefor. Failure on the OWNER's part to list a reason does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. After satisfactorily completing items identified by Owner's Representative, the CONTRACTOR shall then submit another request for Owner's Representative to determine substantial completion. If Owner's Representative considers the Work substantially complete, Owner's Representative will prepare and deliver a certificate of Substantial Completion which shall establish the date of Substantial Completion, shall include a punch list of items to be completed or corrected before final payment, shall establish the time within which the CONTRACTOR shall finish the punch list, and shall establish responsibilities of the OWNER and the CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, warranty and insurance. Failure to include an item on the punch list does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. The certificate of Substantial Completion shall be signed by the OWNER and the CONTRACTOR to evidence acceptance of the responsibilities assigned to them in such certificate. 14.7.2 The OWNER shall have the right to exclude the CONTRACTOR from the Work after the date of Substantial Completion, but the OWNER will allow the CONTRACTOR reasonable access to complete or correct items on the punch list. 14.8 Partial Utilization: The OWNER, at the OWNER's sole option, shall have the right to take possession of and use any completed or partially completed portion of the Work regardless of the time for completing the entire Work. The OWNER's exercise of such use and possession shall not be construed to mean that the OWNER acknowledges that any part of the Work so possessed and used is substantially complete or that it is accepted by OWNER, and the OWNER's exercise of such use and possession shall not relieve the CONTRACTOR of its responsibility to complete all Work in accordance with the Contract Documents. 14.9 Final Inspection: Upon Written Notice from the CONTRACTOR that the entire Work or an agreed portion thereof is complete, Owner's Representative will make a final inspection with the CONTRACTOR and provide Written Notice of all particulars in which this inspection reveals that the Work is incomplete or defective. The CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.10 Final Application for Payment: The CONTRACTOR may make application for final payment following the procedure for progress payments after the CONTRACTOR has completed all such corrections to the satisfaction of Owner's Representative and delivered the following documents: .1 Three (3) complete operating and maintenance manuals, each containing maintenance and operating instructions, schedules, guarantees, and other documentation required by the Contract Documents; .2 Record documents(as provided in paragraph 6.10); .3 Consent of surety, if any, to final payment. If surety is not provided, complete and legally effective releases or waivers (satisfactory to the OWNER) of all claims arising out of or filed in connection with the Work; 00700 04-2020 Page 38 General Conditions 1 .4 Certificate evidencing that insurance required by the Supplemental General Conditions will remain in force after final payment and through any warranty period, .5 Non-Use of Asbestos Affidavit (After Construction), and r .6 Any other documentation called for in the Contract Documents I 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. If the OWNER agrees with the recommendation of the Owner's Representative, the OWNER 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 I 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 I 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 I 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 I a period of not more than ninety(90)calendar days by written agreement or by Written Notice to the CONTRACTOR l 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, 00700 04-2020 Page 39 General Conditions i .2 for all claims incurred in settlement of terminated contracts with Suppliers, Subcontractors, and others. The CONTRACTOR agrees to negotiate in good faith with Subcontractors, Suppliers and others to mitigate the OWNER's cost CONTRACTOR shall include in any subcontract or purchase order language that provides that if the Agreement is terminated without cause, the Subcontractor and Suppliers will only be paid for work performed or materials and equipment supplied and shall not have any other claims against CONTRACTOR or OWNER; CONTRACTOR shall not be paid for any profit or overhead for Work not completed. 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 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 04-2020 Page 40 General Conditions 15.4 CONTRACTOR May Stop Work or Terminate: r If through no act or fault of the CONTRACTOR,the Work is suspended for a period of more than ninety(90)calendar days by the OWNER or under an order of court or other public authority, or (except during disputes) Owner's Representative fails to forward for processing any mutually acceptable Application for Payment within thirty (30) calendar days after it is submitted, or(except during disputes)the OWNER fails for sixty (60) calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, then the CONTRACTOR may, upon seven (7)calendar days'Written Notice to the OWNER,and provided the OWNER does not remedy such suspension or failure within that time, terminate the Agreement and recover from the OWNER payment on the same terms as provided in paragraph 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if(except during disputes) Owner's Representative has failed to forward for processing any mutually acceptable Application for Payment within thirty(30)calendar days after it is submitted, or (except during disputes) the OWNER has failed for sixty (60) calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, the CONTRACTOR may upon seven (7) calendar days' Written Notice to the OWNER stop the Work until payment of all such amounts due the CONTRACTOR, including interest thereon. The provisions of this paragraph 15.4 are not intended to preclude the CONTRACTOR from making a Claim under Article 11 and Article 12 for an increase in Contract Amount or Contract Times or otherwise for expenses or damage directly attributable to the CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16-DISPUTE RESOLUTION 16.1 Filing of Claims: 16.1.1 Claims arising from the circumstances identified in paragraphs 3.2, 4.1, 4.2.2, 4.2.4, 6.4.2, 6.11.5.2, 6.17, 7.5, 8.6, 9.5, 10.4.2, 13.8, 15.1, 15.2, 15.3,or 15.4, or other occurrences or events, shall be made by Written Notice [ delivered by the party making the Claim to the other party within thirty (30) calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant and shall represent that the adjustment claimed covers all known amounts to which claimant l 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 arty;.2 modify the initial Claim; or .3 request Alternative Dispute Resolution. 16.2 Alternative Dispute Resolution: I 16.2.1 If a dispute exists concerning a Claim, the parties agree to use the following procedure prior to pursuing l 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 4 uninvolved senior level decision maker empowered to negotiate on behalf of their organization. The purpose of this L 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 04-2020 Page 41 General Conditions 1 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: 16.2.3.1 If the procedure described in paragraph 16.2.2 proves unsuccessful or is waived pursuant to its terms, the parties shall initiate the mediation process. The parties agree to select within thirty (30) calendar days one (1) mediator trained in mediation skills, to assist with resolution of the dispute. The OWNER and the CONTRACTOR agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in this agreement prevents the parties from relying on the skills of a person who also is trained in the subject matter of the dispute and/or a contract interpretation expert. 16.2.3.2 Mediation is a forum in which an impartial person, the mediator, facilitates communication between parties to promote reconciliation, settlement, or understanding among them. The parties hereby agree that mediation, at a minimum, shall provide for 1)conducting an on-site investigation, if appropriate, by the mediator for fact-gathering purposes, 2) a meeting of all parties for the exchange of points of view and 3) separate meetings between the mediator and each party to the dispute for the formulation of resolution alternatives. The parties agree to participate in mediation in good faith for up to thirty(30)calendar days from the date of the first mediation session, unless mutually agreed otherwise. Should the parties fail to reach a resolution of the dispute through mediation, then each party is released to pursue other remedies available to them. ARTICLE 17—RIGHT TO AUDIT 17.1 Right to Audit: Whenever the OWNER enters into any type of contractual arrangement with the CONTRACTOR, then the CONTRACTOR's "records" shall upon reasonable notice be open to inspection and subject to audit and/or reproduction during normal business working hours. The OWNER's representative, or an outside representative engaged by the OWNER, may perform such audits. The CONTRACTOR shall maintain all records relating to this Agreement for four (4) years from the date of final payment under this Agreement, or until pending litigation has been completely and fully resolved, whichever occurs later. 17.1.1 The OWNER shall have the exclusive right to examine the records of the CONTRACTOR. The term "records"as referred to herein shall include any and all information, materials and data of every kind and 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, 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 04-2020 Page 42 General Conditions written agreement between the CONTRACTOR and payee. Such requirements include a flow-down right of audit 1 provision in contracts with payees that also apply to subcontractors and sub-subcontractors, material suppliers, etc. The CONTRACTOR shall cooperate fully and shall require Related Parties and all of the CONTRACTOR's subcontractors to cooperate fully in furnishing or in making available to the OWNER from time to time whenever requested, in an expeditious manner, any and all such information, materials, and data. 17.1.3 The OWNER's authorized representative or designee shall have reasonable access to the CONTRACTOR's facilities, shall be allowed to interview all current or former employees to discuss matters pertinent to the performance of this Agreement, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with this Article 17. 17.1.4 If an audit inspection or examination in accordance with this Article 17 discloses overpricing or overcharges of any nature by the CONTRACTOR to the OWNER in excess of one-half of one percent (.5%)of the total contract billings, then the reasonable actual cost of the OWNER's audit shall be reimbursed to the OWNER by the CONTRACTOR. Any adjustments and/or payments,which must be made as a result of any such audit or inspection of the CONTRACTOR's invoices and/or records, shall be made within a reasonable amount of time (not to exceed 90 days)from presentation of the OWNER's findings to the CONTRACTOR. 17.1.5 The CONTRACTOR shall take reasonable actions to prevent any actions or conditions which could result in a conflict with the OWNER's best interests. These obligations shall apply to the activities of the CONTRACTOR's employees, agents, subcontractors, etc. in their dealings and relations with the OWNER's current and former employees and their relatives. For example,the CONTRACTOR's employees,agents or subcontractors should not make or provide to be made any employment, gifts, extravagant entertainment, payments, loans or other considerations to the OWNER's representatives, employees or their relatives. 17.1.6 It is also understood and agreed by the CONTRACTOR that any solicitation of gifts or any other item of value by anyone representing the OWNER is to be reported within two (2) business working days to the OWNER at the following telephone number: 512-218-5401. Failure to report any such solicitations or offers shall be deemed a material breach of contract entitling the OWNER to pursue damages resulting from the failure to comply with this provision. ARTICLE 18—MISCELLANEOUS 18.1 Venue: In the event of any suit at law or in equity involving the Contract, venue shall be in Williamson County, Texas and the laws of the state of Texas shall apply to Contract interpretation and enforcement. 18.2 Extent of Agreement: This Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 18.3 Cumulative Remedies: The rights and remedies available to the parties are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantees or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. 1. 00700 04-2020 Page 43 General Conditions 18.4 Severability: If any word, phrase, clause, sentence or provision of the Contract, or the application of same to any person or set of circumstances is for any reason held to be unconstitutional, invalid or unenforceable, that finding shall only effect such word, phrase, clause, sentence or provision, and such finding shall not effect the remaining portions of this Contract; this being the intent of the parties in entering into the Contract; and all provisions of the Contract are declared to be severable for this purpose. 18.5 Independent Contractor The Contract shall not be construed as creating an employer/employee relationship,a partnership, or a joint venture. The CONTRACTOR's services shall be those of an independent contractor. The CONTRACTOR agrees and understands that the Contract does not grant any rights or privileges established for employees of the OWNER. 18.6 Prohibition of Gratuities The OWNER may, by Written Notice to the CONTRACTOR, terminate the Contract without liability if is determined by the OWNER that gratuities were offered or given by the CONTRACTOR or any agent or representative of the CONTRACTOR to any officer or employee of the OWNER with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such Contract. In the event the Contract is terminated by the OWNER pursuant to this provision, the OWNER shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the CONTRACTOR in providing such gratuities. 18.7 Prohibition Against Personal Interest in Contracts No officer, employee, independent consultant, or elected official of the OWNER who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any violation of this provision, with the knowledge, expressed or implied, of the CONTRACTOR shall render the Contract voidable by the OWNER. End of General Conditions 00700 04-2020 Page 44 General Conditions I t f 00800 SUPPLEMENTAL GENERAL CONDITIONS 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 1.16 Engineer/Architect (E/A). Add the following. Name (Representative): TERRY R. HAGOOD, P.E. Firm: HAGOOD ENGINEERING ASSOCIATES, INC Address: 900E MAIN STREET City, State, Zip: ROUND ROCK, TEXAS 78664 Telephone: 512 244.1546 Facsimile: N/A Email: TERRYHOa HEAENG.COM 1.27 Owner's Representative: Add the following: Name: KATIE BAKER Title: ADMINISTRATION MANAGER, Address: 301 W. BAGDAD, SUITE 250 CITY OF ROUND ROCK City, State, Zip: ROUND ROCK, TEXAS 78664 Telephone 512,341,3355 Facsimile: N/A Email: KBAKER@ROUNDROCKTEXAS.GOV ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.18 Liquidated Damages Add the following: 1. CONTRACTOR SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF mo hundred fifty AND NO/100 DOLLARS $250.00 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 Pagel 00800 10-2015 Supplemental General Conditions 00090669 i r i r i r E f 00900 SPECIAL CONDITIONS SECTION 01-INFORMATION 01-01 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than two (2) (original signed) sets. The OWNER will furnish to the CONTRACTOR one (1) copy of conforming Contract Documents and Specifications unless otherwise requested. 01-02 GOVERNING CODES All construction as provided for under the Contract Documents shall be governed by any existing Resolutions,Codes and Ordinances,and any subsequent amendments or revisions thereto as set forth by the OWNER. 01-03 LOCATION The location of work shall be as set forth in the Notice to Bidders and as indicated in the Contract Documents. 01-04 USAGE OF WATER All water used during construction shall be provided by the OWNER and shall be metered. The OWNER shall specify the location from which the CONTRACTOR is to procure water.The CONTRACTOR shall be responsible for obtaining a bulk water permit from the OWNER and providing all apparatus necessary for procuring,storing, transporting and using water during construction.The CONTRACTOR shall strive to use no more water than reasonable to perform the work associated with this Contract and shall avoid waste. The CONTRACTOR will be required to pay for all water used if it is found that waste is occurring during construction. SECTION 02-SPECIAL CONSIDERATIONS 02-01 CROSSING UTILITIES Prior to commencing the Work associated with this Contract, it shall be the CONTRACTOR's responsibility to make arrangements with the owners of utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense,however,where such is not the case, the CONTRACTOR will cause such work to be done at his own expense. 02-02 UTILITY SERVICES FOR CONSTRUCTION The CONTRACTOR will be responsible for providing its own utility services while performing the Work associated with this Contract. Provision of said utility services shall be subsidiary to the various bid items and no additional payment will be made for this item. 00900-4-2020 Page 1 Special Conditions 00443643 i 02-03 WAGE RATES Wage Rates(Information From Chapter 2258,Texas Government Code Title 10) I 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 I (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. b. Subsection(a)does not apply to maintenance work. C. A worker is employed on a public work for the purposes of this section if a Contractor or Subcontractor in the execution of a contract for the public work with the State, a political subdivision of the State or any officer or public body of the State or a political subdivision of the State,employs the worker. 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; f Penalty 1{ 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. 009004-2020 Page 2 Special Conditions 00443643 2258.051. Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract,and an agent or officer of the public body, shall: 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract;and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the Contractor under the contract, except that the public body may not withhold money from other than the final payment without determination by the public body that there is good cause to believe that the Contractor has violated this chapter. Applicable wage rates to be used in Williamson and/or Travis County may be obtained from the U.S. Department of Labor website at the following web addresses: Construction Types: Heavy (Sewer/Water Treating Plant and Sewer/Incidental to Highway) htti)://www.wdol.jzov/wdol/scafiles/davisbacon/TX33.dvb?v--O Construction Types: Heavy and Highway http://www.wdol.gov/wdol/scafiles/davisbacon/TX 16.dvb?v=0 Construction Type: Building http://www.wdol.gov/wdol/scafiles/davisbacon/TX76.dvb?v=1 02-04 LIMIT OF FINANCIAL RESOURCES The OWNER has a limited amount of financial resources committed to this Project; therefore, it,shall be understood by all bidders that the OWNER 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 OWNER 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 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 OWNER, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the E/A. 00900-4-2020 Page 3 Special Conditions 00443643 i 02-06 LAND FOR WORK I OWNER provides, as indicated on Drawings, land upon which work is to be done, I 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 I construction operations,temporary construction facilities, or for storage of materials. 02-07 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on the Drawings, present obstructions to grade and alignment of proposed improvements immediately notify engineer, who I 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 E/A, the E/A and CONTRACTOR will make relocation arrangements with the utility owner. The OWNER will not be liable for delay costs or damages due to relocations of utilities which hinder progress of the work. ' 02-08 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 Drawings and such staking shall be satisfactory to the E/A. The CONTRACTOR shall consult with the E/A 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. 6 00900-4-2020 Page 4 Special Conditions 00443643 i SECTION 03-ACCESS AND TRAFFIC CONTROL Access shall be provided for the public and emergency vehicles at all possible times. When it becomes necessary to restrict access, the CONTRACTOR shall notify the OWNER and coordinate with the OWNER, all applicable agencies (i.e. Fire Department, E.M.S.,Public Works,etc.),residents,and affected parties. If emergency access is required during the work and such access is being hindered by the work, the CONTRACTOR will suspend the work if necessary,and otherwise endeavor to assist emergency personnel in accessing a location restricted by the work. Unless otherwise approved by the E/A, at the end of each day all lanes of traffic shall be opened to the public. The CONTRACTOR shall ensure compliance at all times with the accepted Traffic Control Plan for the project and shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. These items shall be included in the bid item Traffic Control. 00900-4-2020 Page 5 Special Conditions 00443643 ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK 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 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 E/A. The CONTRACTOR shall,at its 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. Page 1 01000-4-2020 Technical Specifications 00443645 ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the E/A. 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 E/A. 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 E/A, 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 comer monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL 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. ITEM 5 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of 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 serviceability for the purpose intended, as may be determined and judged by the E/A in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the CONTRACTOR for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the E/A. Where materials or equipment are specified by a trade or brand name, it is not the intention of the OWNER to discriminate against an equal product of another Page 3 01000-4-2020 Technical Specifications 00443645 manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper" or "equal to"are used,they shall be understood to mean that the item referred to shall be "proper", the "equivalent" of, or "equal to" some other item, in the opinion or judgment of the E/A. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the E/A, and the E/A will have the right to require the use of such specifically designated material, article or process. f l l 1 Page 4 01000-4-2020 technical Specifications 00443645 i 02000 PLANS, DETAILS AND NOTES If applicable, insert reference(s) to project plans; details; and notes The following sheets as described on the Plan Set Cover Sheet Index: 01 - COVER i 02 - OVERALL SITE PLAN 03 - GENERAL NOTES 04 - SWPPP NOTES f 05 -TYPICAL SECTIONS 06 - PROPOSED DRAINAGE AREA 07 - PROPOSED DRAINAGE AREA 08- 43 PLAN DETAIL SHEETS C101 THRU C700 44 -46 PEDESTRIAN BRIDGE STRUCTURAL PLANS 47 - 52 TRAIL COVER STRUCTURAL PLANS 53 - 69 LANDSCAPE AND IRRIGATION PLANS,NOTES AND DETAILS t l