Loading...
HomeMy WebLinkAboutC2016-275 - 5/24/2016 - Approved 2016-275 5/24/16 M2016-051 Ram-Bro Contracting Inc. 00 52 23 AGREEMENT This Agreement,for the Project awarded on May 24.2016 ,is between the City of Corpus Christi(Owner)and Ram-Bro Contracting,Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Project Name: Community Park Development and Improvements—Parker Park(Bond 20121 Prosect Number:E14005 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: CLK Architects&Associates 615 N.Upper Broadway.Suite 1250 Corpus Christi.TX 78401 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk,P.E.—Acting Construction Engineer City of Corpus Christi -Engineering Services 4917 Holly Rd.,Bldg.#5 Corpus Christi.TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 150 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 180 days after the date when the Contract limes commence to run. B. Milestones, and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 Community Park Development and Improvements—Parker Park(Bond 2012)Project No:E14005 REV 03-23-2015 . INDEXED 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $400.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 363,559.50 Alternates 1 $ Not Awarded Alternates 2 $ Not Awarded Alternates 3 $ Not Awarded Agreement Community Park Development and Improvements — Parker Park (Bond 2012) Project No: E14005 005223-2 REV 03-23-2015 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement 00 52 23 - 3 Community Park Development and Improvements — Parker Park (Bond 2012) Project No: E14005 REV03-23-2015 ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. Agreement Community Park Development and Improvements — Parker Park (Bond 2012) Project No: E14005 005223-4 REV 03-23-2015 I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement Community Park Development and Improvements — Parker Park (Bond 2012) Project No: E14005 005223-5 REV 03-23-2015 ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is o Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement Community Park Development and Improvements — Parker Park (Bond 2012) Project No: E14005 005223-6 REV 03-23-2015 ATTEST ity Secretary APP. •VED AS TO LEGAL FORM l%rte A A :t. City Attorney ATTEST (IF CORPORATION) (Seal Below) Note: Attach copy of authorization to sign if Person signing for Contractor is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Director of n ' eer' g Seel iY MUNCH_ _ SECRETAR CONTRACTO R Ram-Bro Contracting, Inc. By: Title: P^gS', � k 904 Industrial Ave. Address Robstown, TX 78387 City State 361/387-2795 Zip Phone Rtrevino441@hotmail.com EMail Fax END OF SECTION Agreement 00 52 23 - 7 Community Park Development and Improvements — Parker Park (Bond 2012) Project No: E14005 REV03-23-2015 Version V1.0.1021 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-48382 Date Filed: 05/02/2016 Date Acknowledged: (P-2o-2/1a 3. Name of business entity filing form, and the city, state and country of the business entity's place of business. RAM-BRO Contracting, Inc. Robstown, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and prov4e a description of the services, goods or other property to he provided under the contract. E14005 Sitework 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury. that the above disclosure is true and correct. "'""'+ KATHLEEN ELIZABETH RAMON aY a� : �`�: Notary Public, Slate of Texas *, My Commission Expires �/ G � G //�,,..- � "'���;�;4' •,';,..`.�`' January 23. 2017 Signature of authorized agent of contracting business entity AFFI I' Sworn NOTARY STAMP SEAL ABOVE 4'tM t. and subscribed before me, by the saki T\ , ((',✓'ra fr. , , this the 3 /CL day of got) , 20_140_, to certify which, witness my hand and seal of office. (1 Signature of officer administering oath Printed narne of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by -1, o C DA( (type or print name of company) on: April 6, 2016 at 2:00 p. m.�r Community Park Development and Improvements — Parker Park (Bond 2012) Project No. E14005. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Community Park Development and Improvements — Parker Park (Bond 2012) Project No. E14005. All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. Bid Acknowledgement Form Community Park Development and Improvements — Parker Park (Bond 2012) Project No. E14005. 003000-1 REV 06.12.2015 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. Bid Acknowledgement Form 00 30 00 - 2 Community Park Development and Improvements — Parker Park (Bond 2012) Project No. E14005. REV 06.12.2015 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ 3(, 3 55i . ry Add Alternate 1 $ 65 85 C., 00 Add Alternate 2 $ Be/ A 4 p, ) Add Alternate 3 $ 5 V, 5 C.. AZ 583 9101. t'O The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum Bid Acknowledgement Form 00 30 00 - 3 Community Park Development and Improvements — Parker Park (Bond 2012) Project No. (14005. afv C6.12.2ois specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 150 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 180 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8— DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form Community Park Development and Improvements — Parker Park (Bond 2012) Project No. E14005. 003000-4 REV 06.12.2015 ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 00 30 00 - 5 Community Park Development and Improvements — Parker Park (Bond 2012) Project No. E14005. REV 06-12-2015 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal nome of Bidder) [ •�.-rte: �- (individual's signature) �l Cie -60 (typed or printed) Pre (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) `•l - ()-k-t ‘46-1-1h1 Phone: "Ij•Ql-�Yji-i'i`i =i Email: V'Mcti,"..c,`-V-1 �11ot""cc.:t, c.. . (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form Community Park Development and Improvements—Parker Park (Bond 2012) Project No. E14005. 003000-6 RR' nr,.1 Laois ?tlhe Afxte of Zextts ecrefttrg of *ate CERTIFICATE OF INCORPORATION OF RAM—BRO CONTRACTING, INC. CHARTER NUMBER 01203728 THE UNDERSIGNED, AS SECRETARY OF STATE OF THE STATE OF TEXAS, HEREBY CERTIFIES THAT ARTICLES OF INCORPORATION FOR THE ABOVE CORPORATION, DULY SIGNED HAVE BEEN RECEIVED IN THIS OFFICE AND ARE FOUND TO CONFORM TO LAW. ACCORDINGLY THE UNDERSIGNED, AS SUCH SECRETARY CF STATE, AND BY VIRTUE OF THE AUTHORITY VESTED IN THE SECRETARY BY LAW, HEREBY ISSUES THIS CERTIFICATE OF INCORPORATION AND ATTACHES HERETO A COPY OF THE ARTICLES OF INCORPORATION. ISSUANCE OF THIS CERTIFICATE OF INCORPORATION DOES NOT AUTHORIZE THE USE OF A CORPORATE NAME IN THIS STATE IN VIOLATION OF THE RIGHTS OF ANOTHER UNDER THE FEDERAL TRADEMARK ACT OF 1946, THE TEXAS TRADEMARK LAW, THE ASSUMED BUSINESS OR PROFESSIONAL NAME ACT OR THE COMMON LAW. DATED AUG. 21, 1991 f,', fie. • • ,4 i^=•• - .44 I NA i t 0gxa .. :} -ji,,,.><g.Jift-Vii.1 0 k.'L-f---/,94#3.# kt,..Zz• Ce}a/V‘ \\IJadAdek49A Se4retary of State tate of E extts ,ecretary of Mate AUG. 21, 1991 JAMES R LAWRENCE 1007 KINNEY CORPUS CHRISTI ,TX 78401 RE: RAM-BRO CONTRACTING, INC. CHARTER NUMBER 01203728-00 IT HAS BEEN OUR PLEASURE TO APPROVE AND PLACE ON RECORD THE ARTICLES OF INCORPORATION THAT CREATED YOUR CORPORATION. WE EXTEND OUR BEST WISHES FOR SUCCESS IN YOUR NEW VENTURE. AS A CORPORATICN, YOU ARE SUBJECT TO STATE TAX LAWS. SOME NON-PROFIT CORPORATIONS ARE EXEMPT FROM THE PAYMENT OF FRANCHISE TAXES AND MAY ALSO 8E EXEMPT FROM THE PAYMENT OF SALES AND USE TAX ON THE PURCHASE .OF TAXABLE ITEMS. IF YOU FEEL THAT UNDER THE LAW YOUR CORPORATION I5 ENTITLED TO BE EXEMPT YOU MUST APPLY TO THE COMPTROLLER OF PUBLIC AC- COUNTS FOR THE EXEMPTION. THE SECRETARY OF STATE CANNOT MAKE SUCH DETERMINATION FOR YOUR CORPORATION. IF WE CAN BE OF FURTHER SERVICE AT ANY TIME, PLEASE LET US KNOW. VERY TRULY YOURS, c Se\AaA&Nkri-O• etary of State FILED In the Office of the ARTICLES OF I NCORPORAT I ON OF RRM-BRO CONTRACT I;etgl#Lcf State of Texas AUG 21 1991 The undersigned natural person of the age of 1 E'A Paters Section more, acting as the incorporator of a corporation under the Texas Business Corporation Act, hereby adopts the following Articles of Incorporation for such corporation: ARTICLE I. NAME The name of the corporation is Ram-Bro Contracting, Inc. The corporation's principal place of business is 904 Industrial, Robstown, Nueces County, Texas. ARTICLE ll. DURATION The period of its duration is perpetual. ARTICLE III. PURPOSE OR PURPOSES The purpose or purposes for which the corporation is organized are for the transaction of any or all lawful business for which corporations may be incorporated under the Texas Busniess Corporation Act, including but not limited to the following: a. To buy, rent, sell, manufacture, produce, assemble, distribute, repair and service any and all products or services in which the company desires to engage. b. To transact any and all lawful business for which corporations may be incorporated under the Texas Business Corporation Act; and c. To have and to exercise all rights and powers that are now or may hereafter be granted to a corporation by law. The foregoing shall be construed as objects, purposes, and powers, and enumeration thereof shall not be held to limit or restrict in any manner the powers hereafter conferred on this corporation by the laws of the State of Texas. The corporation may in its bylaws confer powers, not in conflict with law, upon its directors in addition to the foregoing and in addition to the powers and authorities expressly conferred upon them by statute. ARTICLE IU. CAPITALIZATION The aggregate number of shares which the corporation shall have authority to issue is 1,000 at $1.00 par value each. ARTICLE U. STOCK STRUCTURE The corporation is authorized to issue only one class of shores of stock, and no distinction shall exist between the shares of the corporation or between the holders thereof. ARTICLE Ul. PREEMPTIUE RIGHTS The shareholders of this corporation shall have the preemptive right to subscribe to any and all issues of shares and securities of this corporation. ARTICLE UI1. CUMULATIUE VOTING The shareholders shall have the right of cumulative voting. ARTICLE UIII. ISSUANCE OF STOCK The corporation will not commence business until it has received, for the issuance of its shares, consideration in the value of $1,000.00 consisting of money, labor done,- or property actually received. ARTICLE IX. REGISTERED OFFICE The address of its initial registered office is 904 Industrial, Robstown, Texas 78380, and the name of its initial registered agent at such address is Minnie Duque. ARTICLE X. INDEMNIFICATION The corporation shall indemnify every director or officer, his heirs, executors and administrators, against expenses actually and reasonably incurred by him, as well as any amount paid upon a judgment, in connection with any action, suit or proceeding, civil or criminal, to which he may be made a party by reason of his being or having been a director or officer of the corporation, or at the request of the corporation, having been a director or officer of any other corporation of which the corporation he is not entitled to be indemnified, except in relation to matters as to which he shall be finally adjudged in such action, suit or proceeding to be liable for negligence or misconduct in performance of duty to the corporation. In the event of a settlement, indemnification shall be provided only in connection with such matters covered by the settlement as to which the corporation is advised by its counsel that the person to be indemnified did not commit such a breach of duty. The foregoing right of indemnification shall not be exclusive of other rights to which he may be entitled. ARTICLE XI. MISCELLANEOUS No contract or other transaction between the corporation and any other corporation shall be affected by the fact that one or more of the directors or officers of this corporation is interested in or is a director or officer of such other corporation, and any director or officer individually who may be a party to or may be interested in any contract or transaction of this corporation with any person orm persons, firm, or corporation shall be affected by the fact that any director or officer of this corporation is a party to or interested in such contract or transaction, or in any way connected with such person or persons, firm, association or corporation, provided that the interest In any such contract or other transaction shall be authorized or ratified by the vote of a sufficient number of directors, In the absence of fraud, no director or officer having such adverse interest shall be liable to the corporation or to any shareholder or creditor thereof, or to any other person, for any loss incurred by it under or by reason of such contract or transaction; nor shall any such director or officer be accountable for any gains or profits realized thereon. In any case described in this Article, any such director may be counted in determining the existence of a quorum at any meeting of the board of directors which shall authorize or ratify any such contract or transaction, ARTICLE XII. DIRECTORS The number of directors constituting the initial board of directors is three, and the names and address of the persons who are to serve as directors until the first annual meeting of the shareholders or until their successors are elected are: Ricardo Ramon, 904 Industrial, Robstown, Texas; Raul Ramon, 904 Industrial, Robstown, Texas; and Rene Ramon, 904 Industrial, Robstown, Texas, ARTICLE XIII. INCORPORATOR The name and address of the incorporator is Ricardo Ramon, 901 Industrial, Robstown, Texas. In witness whereof, and for the purpose of forming the corporation under the laws ofd the State of Texas, 1, the undersigned incorporator of this corporation have executed these Article of Incorporation on this/4'7day of time (i; ',r , 1991. Ricardo Ramon State of Texas } County of Nueces } 1, the undersigned, a Notary Public, do hereby certify that on the W/da o f ��t��� y � , 1991, personally appeared before me, Ricardo Ramon, known to me to be the person whose name is subscribed .to the foregoing document and, being by me first duly sworn, declared and that the statements therein contained are true and correct, • at -fir Notary Public, State of Ids C1VCAST Report Creased On: 4/6/2016 3:15:43 PM PROJECT: Community Park Development and Improvements - Parker Park (Bond 2012) BIDDER: Ram-Bro Contracting. Inc. TOTAL BID: S363,559.50 COMPLETION TIME: Not Required BIDDER INFO: 904 Industrial Ave. Robstown,TX 78380 P: 361-387-2795 F: 361-387-8147 ALTERNATE 1 Total Total Total Part B Additional Planting Part C Shade Structure T 585,855.00 Total / ^ 585,855.00 ALTERNATE 2 Total Total V P' (IL) Total Part C Shade Structure T (j f, 580,000.00 Total ` I f\ ` 530,000.00 A3 580,000.00 ALTERNATE 3 Total Total Part D Walk s S54,550.00 T S363,559.50 554,550.00 CIVCAST Report Croatod On: 4/6/2016 3:15:43 PM BID FORM BASE BID Total Part A 5107,500.00 Part A 5256,059.50 Total S363,559.50 Base Bid Part A No. Description Unit Qty Unit Price Ext Price Al Mobilization with bonds and insurance LS 1 530,000.00 530,000.00 A3 Earthwork & Grading LS 1 520,000.00 520,000.00 A6 Decomposed Granite SF 3500 53.00 510,500.00 A9 Lighting LS 1 S35,000.00 S35,000.00 A10 Plumbing LS 1 512,000.00 512,000.00 Sub Total: 5107.500.00 Part A No. Description Unit Qty Unit Price Ext Price A2 Demolition LS 1 58,000.00 58,000.00 A4 Planting sod, seed, trees, etc. LS 1 S71,100.00 571,100.00 A5 Irrigation LS 1 538,500.00 S38,500.00 A7 Concrete sidewalks, play areas. pavement, & curbs SF 9763 S6.50 563,459.50 CIVCAST Report Created On: 4/6/2016 3:15:43 PM Part A No. Description Unit Qty Unit Price Ext Price A8 Pavilion Roofing structure and decking demolition, new steel framing, roofing & electrical LS 1 575.000.00 S75,000.00 580,000.00 Sub Total: S256,059.50 Altemate 1 Part B Additional Planting Description Unit Qty Unit Price ! Ext Price No. B Additive Alternate No. 1 Additional planting next to play areas. See landscaping sheet L-7.0 for details. LS 1 585.855.00 85,855.00 580,000.00 Sub T I: S85,855.00 Alternate 2 Part C Shade Structure Unit I \ 1 !''/ Unit Price Ext Price No. Description C Additive Alternate No. 2 Provide shade structure between play areas modeled after the pergolas at Cole Park. Include all framing, supports and materials as detailed on architec ra and structural sheets. LSI 1 5455 S10.00 580,000.00 580,000.00 Sub Total: Sub Total: 580,000.00 Alternate 3 Part D Walkways v No. Description Unit Qty Unit Price Ext Price D Additive Al - nate No. 3 Complete replace -nt of walkway path around proje area. Approximate area is 5,4 sf. Include demolition of existing, e preparation for new walk and installation of new concrete walk as detailed on civil drawings. SF 5455 S10.00 S54,550.00 Sub Total: S54,550.00 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: KCe---r•ec) (typed or printed) (signature •• attach evidence of authority to sign) t CCt✓c:1/4O (typed or printed) Email: t( eu:.t611r1,1,0ivi.:.[ Luh END OF SECTION Compliance to State Law on Nonresident Bidders Community Park Development and Improvements — Parker Park (Bond 2012) — Project Number. E14005 003002.1 11-25-2013 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the taw by H.B. 1491, 30th Leg., Regular Session This questionnaire is being filed in accordance r:.th Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed .,ith the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to he fled. See Section 176.006. Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. OFFICE USE ONLY ,;alt..)._,,;;,_ ; J Name of person who has a business relationship with local governmental entity. V� ip J filing authority not incomplete or inaccurate.) - Check this box if you are filing an update to a previously filed questionnaire. (The lav: requires that you file an updated competed questionnaire wiln the appropriate later than the 7:n business ca; after the date the originally filed questionnaire becomes 3 Name of local government officer with whom filer has employment or business relationship. with whom the filer has an Code. Attach additional other than investment income, from or at the not receivec from the local respect to .tinich the local in this section Name of Officer This section (item 3 incluanc subpans A C. C & Di must be completed for each crficer employment or other ousiness relationship as ceiined by Section 176.001(1-a), Local Government pages to this Form CIQ as necessay A Is the local government officer named in this section receiving or likely to rece:•:e taxable income. income. from the filer of the questionnaire? Yes No B. Is tie filer of :me questionnaire rece :.n ; or i:kety m receive taxable income, other than investment eirection of the local government office, named in this section AND the taxaai= income is governmental entry? Yes No C Is the filer of this questionnaire employee by a corporation or other business entity with covernment officer series as an officer or d:rector. or hods an ownership of 10 percent or more? Yes No D. Describe each employment or business reiationsn p wan the local government officer named J ,............„eziti) 6 .......e 114 70e Signal_ e of person doing Li.:-uar:' ..Att. the go:emnv nlai e: tity Dart: Adopted 06!29!2007 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO RF ASSIGNEDnl'i 1i1' PURCHASING DIVISI' )N CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 171 12. as amended. requires all persons or fines seeking to do business with the City to provide the following information. Every question must be answered. It the question is not applicable. answer w ith —NA—. See re%ersc side for Filing Requirements. Certifications and definitions. • COMPANY NAME: cjsA A-t'3(kiJ Lo,A,Ava.,iirti)tvvt • P. O. BOX: STREET ADDRESS: ()tat.* � .� 1,�. CI 11 : � �Sl�ZIP:7�y p - FIRM IS: 1. Corporation 4. Association 2Partnership 5. Other J Sole Owner 0 DISCLOSI.CRE QUESTIONS If additional space is necessary. please use the reverse side of this page or attach separate sheet. 1. State the names of each ''emploce of the Cit ► of Corpus Christi having an "ownership interest' constituting 3% or more of the ownership in the above named "firm.- Name firm."Name Job Title and City Department (if known) ry 14 2. State the names of each "official" of the Cit, of Corpus Christi having an "ownership interest - constituting 3% or more of the ownership in the abo►e named "firm. Name Its Title 3. State the names of each "board member" of the Cit> of Corpus Christi ha► ing an "ow nership interest" constituting 3% or more of the ownership in the abo►e named "fine. Name wLIN Board. Commission or Committee 4. State the names of each employee or officer of a "consultant for the. Cit of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest' constituting 3% or more of the ownership in the above named "fine Name Consultant N I IA FILING; REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof. you shall disclose that fact in a signed writing to the City official. employee or body that has been requested to act in the matter. unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed waiting filed with the City Secretary. Ethics Ordinance Section 2-349 (d)] CER'I'IFICATEON certify that all information provided is true and correct as of the date of this statement. that 1 have not knowingly withheld disclosure of any information requested: and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: CC. (�o t�C'.•••� �1'p Print • Signature of Certifying. Person: Title: �f2..Acte,4- DEFINITIONS I)atc: a. "Board member." A member of any hoard. commission. or committee appointed by the City Council of the City of Corpus Christi. Texas. b. "Economic benefit" .An action that is likch to affect an economic interest if it is likch to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee.- Any person employed by the City of Corpus Christi. Texas either on a full or part- time basis, but not as an independent contractor. d. "Finn " Any entity operated for economic stain. whether professional. industrial or commercial. and whether established to produce or deal with a product or service. including but not limited to, entities operated in the form of sole proprietorship, as sell -employed person, partnership, corporation, joint stock company, joint venture. receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official.' The Mayor, members of the City Council, City Manager, Deputy City Manner. Assistant City Managers. Department and Division Heads. and Municipal Court Judges of the City of Corpus Christi. Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constntctively held, in a firm. including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant. Any person or firm. such as engineers and architects. hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Community Park Development and Improvements - Parker Park (Bond 2012) E14005 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: Phone: \ W'- &\+rtc� , irtnL . (typed or printed) (signature attach evidence of authority to sign) c !' J �!�� .� ✓' (typed or printed) etc ` t "`1,31...,5` . c. -Cc_ Email: rJ2.,ir1/4e4t-4L�.a-� END OF SECTION Non -Collusion Certification Community Park Development and Improvements - Parker Park (Bond 2012) - Project Number. E14005 003006.1 11-25-2013 00 61 16 PAYMENT BOND BOND NO. 5215156 Contractor as Principal Name: Ram-Bro Contracting, Inc. Mailing address (principal place of business): 904 Industrial Ave. Robs -town, TX 78380 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E14005 Community Park Development and Improvements - Parker Park (Bond 2012) Award Date of the Contract: May 24, 2016 Contract Price: $363,559.50 Bond Date of Bond: June 2, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, TX 78759 Physical address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, TX 78759 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 512-732-0099 Telephone (for notice of claim): 866-732-0099 Local Agent for Surety Name: Keetch & Associates Address: 1718 Santa Fe Corpus Christi, TX 78404 Telephone: 361-883-3803 Email Address: afoley@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E14005 Park Development - Parker Park 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Princ aI Signature: C (C,:-�C14',,--- Surety Signature:i1 Name: '40✓oRI klui,-) Name: Ann Foley Title: 'Pfes 4<-6 ve Title: Attorney-in-Fact Email Address: Ke,...., E4ce_o_KR,1- , t. v;,-. Email Address: afoley@keetchins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E14005 Park Development — Parker Park 006116-2 7-8-2014 00 6113 PERFORMANCE BOND BOND NO. 5215156 Contractor as Principal Name: Ram-Bro Contracting, Inc. Mailing address (principal place of business): 904 Industrial Ave. Robstown, TX 78380 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E14005 Community Park Development and Improvements - Parker Park (Bond 2012) Award Date of the Contract: May 24, 2016 Contract Price: $363,559.50 Bond Date of Bond: June 2, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, TX 78759 Physical address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, TX 78759 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 512-732-0099 Telephone (for notice of claim): 866-732-0099 Local Agent for Surety Name: Keetch & Associates Address: 1718 Santa Fe Corpus Christi, TX 78404 Telephone: 361-883-3803 Email Address: afoley@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Performance Bond E14005 Park Development - Parker Park 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: - /c-4 Z ' _– Surety Signature: Name: i.Ccrel, t2i3,,,€,„, Name: Ann Foley d Title: '1`25 iCk2.NJ` Title: Attorney-in-Fact Email Address: �wC:14 C n,,,c::, (, C:U,,,, Email Address: afoley@keetchins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E14005 Park Development– Parker Park 006113-2 7-8-2014 POA #: 4221054 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Betty Baxter, Kevin G. Keetch, Kerry Woods, Lonna Pokrant, Vickie Trbula, Ann Foley its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Three Million and 00/100 Dollars ($3,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with thecorporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until 5/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20h of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this lsrt day of March , A.D. 2016 . qM°+tl""bpe SURETEC INSURANCE COMPANY State of Texas County of Harris ss: 0RANON gas.... •• FO`s .- w d By: Air Y o John x Jr: • resident On this lsrt day of March , A.D. 2016 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. JACOUELYN MALDONADO Notary Public State of Texas My Comm. Exp. 5/18/2017 n JacgYrclyn Maldonado, Notary Public My commission expires May 18, 2017 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Powcr of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. T Given under my hand and the seal of said Company at Houston, Texas this a, day of - u- , A.D. Bre 11/ t Beaty, Assistant ecretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 06042015 1 RAMBR-1 OP ID: AF ACORL7" CERTIFICATE OF LIABILITY INSURANCE �� D06/0 /201 Y1r7 0610212016 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(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Keetch & Associates Insurance P. O. Box 3280 Corpus Christi, TX 78463-3280 Betty Baxter CONTACT Betty Baxter PHONE FAX (NC No.hiALL, Exq: 361-883-3803 (ANC, No): 361-8833894 6ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL INSURERA: Knight Specialty Ins Co X INSURED RAM-BRO Contracting, Inc. 904 Industrial Ave Robstown, TX 78380 INSURERB:RSUI Indemnity Co. INSURER C : Praetorian Specialty Ins. Co. INSURER 0 : EACH OCCURRENCE nV E -r0 —' INSURER E : $ 50,000 INSURER F. REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, EXCLUSIONS AND CONDITIONS OF SUCH POLIC LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. !XP LTR TYPE OF INSURANCE INSD ) POLICY NUMBER EFF (MMIDD1YYYY) (MMIDDIYYYY)OUCY LIMITS A X COMMERCIAL GENERAL LIABILITY / EACH OCCURRENCE nV E -r0 —' $ 1,000,000 $ 50,000 CLAIMS -MADE I -CI OCCUR KSVENS151147102 10/31/2015 10131/2016 PREMISES (Ea occurrence) X $10,000 Deduct MED EXP (Any one person) $ Excl -- PERSONAL 8 ADV INJURY $ 1,000,000 btNIAtAiKtLAItLIMII A1-'LIt. f'tK t,tNtkA1..AL,t2kthAIt $ 2,000,000 POLICY X QCT LOC PRODUCTS - COMP/OP AGG $ 2,000,000 OTHER.: $ AUTOMOBILE LIABILITY / C (Eao aacciccident) ED SINGLE LIMIT $ 1.000.000 C Pli ANY AUTOPICTX0003733 10/31/2015 10131/2016 BODILY INJURY (Per person) $ ALL OWNED AUTOS �( SCHEDULED AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS X NO`tO- AUTSOWNED PROPERTY DAMAGE (Per accident) $ UMBRELLALIAB X OCCUR /EACH OCCURRENCE $ 2,000,000 B X Excess UAL' CLAIMS -MADE NHA239055 10/31/2015 10/31/2016 AGGREGATE $ 2,000,000 DED RETENTION $ / $ WORKERS COMPENSATION/ fil- STPR UTE I E AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PFRTNERIEXECUTIVE Y / N E L EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED'? (Mandatory in NH) N 1 A E,L DISE/'.SE EP. EMr'LOYEE i It yes, descnbe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS !LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: Project E14005 Community Park Development and Improvements - Parker Park (Bond 2012) / ‘.►Gn e I r n,s, u G I 11,..1,1.11% City of Corpus Christi Engineering Services 1201 Leopard Street Corpus Christi, TX 78469 I CICO -C8 -. .. - ----- - - - - - - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 40..04%411114 ACORD 25 (2014101) O 1900-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD INSUKtu•S NAMt RAM-BRO Contracting, Inc. RAMBR-1 OP ID: AF PAGE 2 uate 06/0212016 The General Liability policy includes a blanket automatic additional insured endorsement for on going and your work, that provides additional insured status to the certificate holder when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy contains a special endorsement with "Primary and Noncontributory" wording. The General Liability policy General Aggregate Limit endor The General Liability policy Subrogation endorsement that written contract between the requires it. The Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder when there is a written contract between the named insured and the certificate holder that requires such status. includes Designated Construction Project(s) sement. includes a blanket automatic Waiver of provides this feature when there is a named insured and the certificate holder that The Auto Liability policy includes a blanket automatic Waiver of Subrogation endorsement that provides this feature when there is a written contract between the named insured and the certificate holder that requires it. The General Liability & Auto Liability policies include an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days for nonpayment. Excess Liability policy follows form subject to policy terms, conditions & exclusions. A ^ �® l(v(J�R CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOIYYYY) 6/9/2016 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 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 Arthur J. Gallagher Risk Management Services, Inc. 1900 West Loop South Suite 1600 Houston TX 77027 CONTACT NAME: Beverly Peska 713-358-5827 PHONE 713-358-5826 FAX (A/C. No, Ext): (A/c, Nor _ADDRESS:Beverly_Peska@ajg.com INSURER(S) AFFORDING COVERAGE $ CLAIMS -MADE OCCUR NAIC# INSURER A:New York Marine And General Insuran 16608 INSURED / Bradford Holding Company Inc. dba Unique Staff Leasing I Ltd dba Unique HR 4646 Corona, Ste. 105 Corpus Christi TX 78411 INSURER B : INSURER C: $ PERSONAL & ADV INJURY INSURER D :_ INSURER E: INSURER F : GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ COVERAGES CERTIFICATE NUMBER: 1137964927 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 -ADDE,SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTRINSD 1 WVD POLICY NUMBER (MMIDD/YYYY) (MMIDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ POLICY PRO- JECT LOC PRODUCTS - COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY ANY AUTO ALL SCHEDULED i NON -OWNED AUTOS MAIMED -SINGLE LIMIT (Ea accident) S BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ HIRED AUTOS - ROPERTY DAMAGE (Per accident) $ $ — UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED RETENTION S $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes. describe under DESCRIPTION OF OPERATIONS WC2015EPP00193 / YIN 12/31/2015 12/31/2016 / X PER OTH- STATUTE I ER E.L. EACH ACCIDENT $1,000,000 N / A E.L. DISEASE - EA EMPLOYEE $1,000,000 below E.L. DISEASE - POLICY LIMIT I S1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached i1 more space is required) Workers' Compensation Cover indicated above is Excess of $2,000,000 Self Insured Retention. Insured is a CERTIFIED SELF INSURER in the State of Texas and a member of the Certified Self Insurer Guaranty Assoc. Alternate Employer: Ram Bro Contracting, Inc. Coverage is provided to only those employees leased to Ram Bro Contracting, Inc. by Bradford Holding Company Inc dba Unique Staff Leasing I Ltd dba Unique HR Client Company Effective Date: 08-07-2002. Waiver of Subrogation is provided if required by written contract in both the Self Insurance and Excess Layers. See Attached... CERTIFICATE HOLDER CANCELLATION City of Corpus Christi, Texas City Secretary's Office 1201 Leopard St Corpus Christi TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 3Q ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACOREP AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Arthur J. Gallagher Risk Management Services, Inc. NAMED INSURED Bradford Holding Company Inc. dba Unique Staff Leasing I Ltd dba Unique HR 4646 Corona, Ste. 105 Corpus Christi TX 78411 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Project: Community Park Development and Improvements Parker Park Project or Job #: E14005 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations When required by written contract Information required to complete this Schedule, if not shown .above, will be strowri in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: B. With respect to the insurance afforded to those additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring atter. 1. All work, including material:., ports or equipment 1. Your acts or omissions: or furnished in connection with such work, on the 2. The acts or omissions of those acting on your behalf; project (other than service, maintenance or repairs) to bo porformed by or un bvlialf of lho additional in thy purforrnanc;c: of your ongoing operations for insured(s) at the location of the covered operations the additional insured(s) at the locations) has boon completed; or designated above.2. That portion of "your work" out of which the injury or carnage arises has boort put to its However: intended rise by any person or organization other 1. The insurance afforded to such additional insured only than another contractor or subcontractor engaged applies to the extent permitted by law; arid In performing operations tor a principal as a part of 2. It coverage provided to the additional insured is the ;111110 protect. required by a contract or cittreerrierit, the insurance afforded to such additional insured will not be broader tater that wtrioh you toe required by the coritrual or agreement to provide for such additional insured. CG 20 10 0413 Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insumds, tho tollowing is added lo Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of tho uddilionul irwurcd is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whiehnver is lass. This endorsement shall not increase the applicable Limits ot Insurance shown in the Declarations. Page 2 of 2 CI Insurance Services Office, Inc., 2012 CG 2010 04 13 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Opera - tions As per written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products - completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 0 POLICY NUMBER: d,.-- COMMERCIAL GENERAL LIABILITY CG 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This/endorsement modifies insurance provided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: As per written contract (If no entry appears above. information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMER- CIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". Tlris waiver applies wily to the persurr ur urydrricdtiurr siwwrr ill the Schedule iLuve. CO 24 0410 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 0 KNIGHT SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VEN 051 00 (01/15) PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT This endorsement modifies the Conditions provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Any coverage provided to an Additional Insured shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless: 1) a written contract or written agreement specifically requires that this insurance apply on a primary and non-contributory basis; or 2) prior to a Toss, you request in writing and we agree that this insurance shall apply on a primary and non-contributory basis. All other terms, conditions and exclusions under this policy are applicable to this Endorsement and remain unchanged. VEN 051 00 (01/15) Page 1 of 1 POLICY NUMBER: PICTX0003733 COMMERCIAL AUTO QBCA-0187 (01-15) 616E. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM Additional Insured: RAM BRO CONTRACTING INC Blanket As Required By Written Contract PREMIUM: $100 Schedule The definition of "insured" includes any person or organization with whom you agreed, because of a written contract, agreement or permit, to provide insr manna sr u:h as is affnularl limier this CnvPraga Part, but only with respect to your ownership, maintenance or use of a covered "auto". This provision only applies if the written contract or agreement has been executed or permit issued prior 1a the "bodily injury" or "properly damage". This coverage shall be primary and not contributory with respect to the person or organization included as "insured" under this section. Any other insurance that parson or nrgani7atinn has shall ha Pxr.Pss and not contributory with respect to this insurance, but this provision only applies if it is required in the written contract, agreement or permit identified in this section, arid is per milted by law. All other terms and conditions of this policy remain ur lei iat iye.i. Includes copyrighted material of Insurance Services Office, Inc. with its permission. QBCA-0187 (01-15) Page 1 of 1 616E. COMMERCIAL AUTO QBCA-0192 (01-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PREMIUM: $100 MOTOR CARRIER COVERAGE FORM It is agreed that the company recognizes the validity of any waiver of subrogation which might arise by reason of any payment under this policy in connection with the operation of any insured automobile, if such waiver was executed by the named insured, as required by written contract, in writing prior to the occurrence of any "loss". All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc. with its permission. QBCA-0192 (01-15) Page 1 of 1 KNIGHT SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VEN 064 00 (01/15) THIRD PARTY CANCELLATION NOTICE ENDORSEMENT This endorsement modifies the Conditions provided under the following: /COMMERCIAL GENERAL LIABILITY COVERAGE PART If we cancel this policy for any reason other than nonpayment of premium, we will mail notification to the persons or organizations shown in the schedule below (according to the number of days listed below) once the Named Insured has been notified. If we cancel this coverage for nonpayment of premium. we will mail a copy of such written notice of cancellation to the name and address below at least 10 days prior to the effective date of such cancellation. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. SCHEDULE Name and Address of Other Person/Organization Per schedule on file with the company Number of Days Notice 30 / All other terms, conditions and exclusions under this policy are applicable to this Endorsement and remain unchanged. VEN 064 00 (01/15) Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Number 1 POLICY NUMBER PICTX0003733 / POLICY CHANGES EFFECTIVE 10/31/2015 COMPANY PRAETORIAN INSURANCE COMPANY NAMED INSURED RAM BRO CONTRACTING INC AUTHORIZED REPRESENTATIVE (1). eep SeA Supu Jncc COVERAGE PARTS AFFECTED COMMERCIAL AUTOMOBILE CHANGES IT IS HEREBY AGREED AND UNDERSTOOD THAT A THIRTY (30) DAYS NOTICE OF CANCELLATION WILL APPLY, EXCEPT FOR NON-PAYMENT OF PREMIUM, THEN A TEN (10) DAYS NOTICE OF CANCELLATION WILL APPLY. City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 IL12011185 beep &iuth Sp(u4 3nc Authorized Representative Signature Copyright, Insurance Services Office, Inc., 1983 Page 1 of 1 0 Copyright, ISO Commercial Risk Services, Inc., 1983 FORM F UNIFORM MO'T'OR CARRIER BODILY INJURY AND PROPERTY DAMAGE LiABIi,ITY INSURANCE ENDORSEMENT It is agreed that: 1. The certification ofthe policy as proof of financial responsibility of any motor carrier law or regulations promulgated by any state commission having jurisdiction with respect thereto, amends the policy to provide insurance fir automobile bodily injury and property damage liability in accordance with the provisions of such law or regulations to the extent oI'the coverage and limits of liability required thereby; provided only that the insured agrees to reimburse the company fir any payment made by the company which it would not have been obligated to make under the tenns ofthis policy except by reason of the obligation assumed in making such certification. 2. The unilbnn motor carrier bodily injury and property damage liability certificate oI'insurance has been filed with the state commissions indicated below. / 3. This endorsement may not he canceled without cancellation olthe ✓ policy to which it is attached. Such cancellation may he ellected by the company or the insured giving thirty (30) days notice in writing to the state commission with which such certificate has been filed, such thirty (30) days notice to commence to run Irani the date the notice is actually received in the office of such commission_ Attached to and limning part ofpolicy no. PICfX0003733 issued by PRAETORIAN INSURANCE COMPANY herein called Company, of 88 Pine St, FI 16 New York, NY 10005 Lo RAM 13RO CONTRACTING INC or 904 INDUSTRIAL 131X1), RORS'I O\t N, TX 78380 Dated at IRVING, TX this 31ST day of OCTOBER 2015 Countersigned by !D SNA Sc pu 3nc# Authorized Representative WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be comploted only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on December 31, 2015 (DATE) at 12:01 A.M. standard time, forms a part of Policy No.WC2015EPP00193 ✓ of the New York Marine & General Insurance Co. (NAME OF INSURANCE COMPANY) issued toBradford Holding Company, Inc. Premium (if any) $ N/A Authorized Representative We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule As required by written contract for the above Insured, to issue throughout the policy period. All work is to be completed in the state of Texas. This waiver expires on December 31, 2016. Typist: Strike out third sentence if in applicable. Copyright, 1983 National Council on Compensation Insurance. WC 124 (4-84) NEW YORK MARINE AND GENERAL INSURANCE COMPANY SPECIFIC EXCESS & AGGREGATE EXCESS WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INDEMNITY POLICY MISCELLANEOUS ENDORSEMENT #5 It is hereby understood and agreed that, effective December 31, 2015; ENDORSE 4 is deleted and replaced with the following: If the policy Is cancelled by the Company, the Company will provide notice of cancellation to the entities listed the attached Schedule. Notices will be sent by regular mail with at least ten (10) days advance notice if the reason is for non- payment of premium or thirty (30) days advance notice for any other reason. It is also hereby understood and agreed that the entities listed on the attached Schedule are not Named Insureds under this policy and they do not have any rights under this policy. All other terms and conditions remain unchanged. Applicable to and forming part of Policy Number WC2015EPP00193 issued by New York Marine and General insurance Company to Bradford Holding Company, Inc. of TX dated December 31, 2015. Authorized Representative e,h ENDORSE 5 May 12, 2016 Schedule For Miscellaneous Endorsement #4 Texas Mutual Insurance Company P.O. Box 12058 Austin, TX 78711-2058 Strike, LLC and Owner, their parents, successors, or affiliated companies 831 Crossbridge Drive Spring, TX 77373 City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469-9277 RREEF America L.L.C., RREEF Management, L.L.C. & HPI Real Estate Management, Inc. 4538 Centerview, Suite 151 San Antonio, TX 78228 Aransas County, TX 301 N. Live Oak Rockport, TX 78382 CPS Energy P.O. Box 1771 San Antonio, TX 78296 Alamo System Industries, LLC P.O. Box 3064 McAllen, TX 78502 AT&T, its affiliates, and their directors, officers and employees 4119 Broadway, Room G6OD San Antonio, TX 78209 Celanese, its Parents, Partners, Subsidiaries and Affiliated Companies and Corporations 1601 W. LBJ Freeway Dallas, TX 75381 Strike, LLC 1585 Sawdust Rd., Suite 100 The Woodlands, TX 77380 Texas A&M University Corpus Christi; Texas A&M University System Board of Regents for and on Behalf of the Texas A&M University System 6300 Ocean Drive Corpus Christi, TX 78412 HEB Grocery Company LP 101 McCampbell Corpus Christi, TX 78408 Miner Fleet Management Group, LLC dba Miner Fleet Management Group, Ltd. 17319 San Pedro, Suite 500 San Antonio, TX 78232 Flournoy Construction Co., LLC 1100 Brookstone Centre Parkway Columbus, GA 31904 Page 1 of 3 Schedule For Miscellaneous Endorsement #4 Caipine Operating Services Company, Inc. 717 Texas Avenue, Suite 1000 Houston, TX 77002 Bartlett Cocke General Contractors 2550 S. IH 35, Suite 100 Austin, TX 78704 J Jacobs Construction 4411 South IH 35, Suite 100 Georgetown, TX 78626 City of Austin Contract and Land Management Department P.O. Box 1088 Austin, TX 78767 7171 Southwest Parkway Holdings, LP 3600 N. Capital of TX Highway, Suite 250 Austin, TX 78746 Memorial Hermann Health System Memorial Hermann Tower Attn: Ins Services & Enterprise Risk Mgmt 929 Gessner Rd, Suite 2570 Houston, TX 77024 Strike, LLC 1800 Hughes Landing Blvd., Suite 500 The Woodlands, Texas 77380 Nueces County Purchasing 901 Leopard St Rm 106 Corpus Christi, TX 78401 Axiall LLC 115 Perimeter Center Place, Suite 460 Atlanta, GA 30346 Regency Gas Services, LP 2001 Bryan Street, Suite 3700 Dallas, Texas 75201 W. G. Yates & Sons Construction Company One Gully Avenue Philadelphia, Mississippi 39350 OMI Environmental Solutions 131 Keating Drive Belle Chasse, LA 70037 Page 2 of 3 Schedule For Miscellaneous Endorsement #4 Clean Gulf Associates Services, LLC 634 Peters Road Harvey, LA 70058 North Hopkins ISD c/o Gallagher Construction Company, LP 3501 Token Drive, Suite 100 Richardson, TX 75082-1209 Targa Resources Corp/Targa Resources Partners LP., their affiliates and subsidiaries P.O. Box 12010 Hemet, CA 92546-8010 D. R. Horton, Inc. P.O. Box 12010 -DR Hemet, CA 92546-8010 Occidental Chemical Corporation, Its Subsidiaries and Affiliates Attn: Purchasing Dept. 5005 LBJ Freeway Suite 2200 Dallas, TX 75244-6119 SLSCO, Ltd 13 Evia Main Galveston, Texas 77554 Blattner Energy, Inc. 392 County Road 50 Avon, MN 56310-8661 Journeyman Construction Inc. 7701 N. Lamar Blvd Suite 100 Austin, TX 78752 North Central Texas Council of Governments 616 Six Flags Drive Arlington, Texas 76005-5888 Oxy Midstream Strategic Development, LLC P. 0. Box 50250 Midland, TX 79710 HPI Real Estate Management, Inc. c/o myCOI 1075 Broad Ripple Ave, Suite 313 Indianapolis, IN 46220 Page 3 of 3 CONTRACT DOCUMENTS FOR CONSTRUCTION OF Community Park Development And Improvements Parker Park (Bond 2012) PROJECT NUMBER: E14005 CLK Architects & Associates 615 N. Upper Broadway, Suite 1250, Corpus Christi, Texas 78401 Phone (361) 884-3295 Record Drawing Number: CP-208 March 4, 2016 Table of Contents Community Park Development and Improvements–Parker Park (Bond 2012)– Project Number: E14005 00 01 00 - 1 REV 06-12-2015 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 06/12/2015) 00 30 00 Bid Acknowledgment Form (Rev 06/12/2015) 00 30 01 Bid Form 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement (Rev 03/23/2015) 00 61 13 Performance Bond (Rev 7/3/2014) 00 61 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev 7/3/2014) 00 72 02 Wage Rate Requirements (Rev 06/12/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination Table of Contents Community Park Development and Improvements–Parker Park (Bond 2012)– Project Number: E14005 00 01 00 - 2 REV 06-12-2015 Division / Section Title 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 022020 Excavation and Backfill for Utilities and Sewers 022022 Trench Safety for Excavations 022080 Embankment 022100 Select Material 022420 Silt Fences 023080 Timber Foundation Piling 025205 Pavement Repair, Curb, Gutter, Sidewalk, & Driveway Replacement 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 050200 Welding 070120 Rough and Finish Carpentry Table of Contents Community Park Development and Improvements–Parker Park (Bond 2012)– Project Number: E14005 00 01 00 - 3 REV 06-12-2015 Part T Technical Specifications Architectural 01605 Product Options and Substitutions 07250 Weather Barriers 07310 Asphalt Shingles 07620 Flashing and Sheet Metal 09900 Painting Landscaping 320190 Landscape Maintenance 321546 DG Paving 324116 Landscape Boulders 328400 Landscape Irrigation 329113 Soil Preparation 329303 Landscape Planting Plumbing 15050 Basic Materials and Methods 15080 Outside Utility Trench Excavation, Backfill, and Compaction 15410 Plumbing, Piping and Valves Electrical 16010 Electrical General Provisions 16060 Grounding 16075 Electrical Identification 16123 Wire and Cable 16136 Raceways 16442 Low Voltage Panelboards END OF SECTION Invitation to Bid and Instructions to Bidders 00 21 13 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005 REV 06-12-2015 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1 – DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 – GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Name of Project: Community Park Development and Improvements – Parker Park (Bond 2012) Owner’s Project Identification No.: Project No. E14005 A. Project Description: Parker Park area of work is approximately 2.2 acres. Park will receive the following major elements, refer to plans and specifications for full scope of work: 1. Clear and grub approximately 92,000 SF of park area for planting and seeding. 2. Clear and seed turf as specified in approximately 78,000 SF of park area. 3. Install decomposed granite paths as shown own drawings approximately 3,500 SF 4. Demolish and install new play areas in concrete as shown on plans. These areas will be topped with fall surface material provided by the City. Approximate area of concrete slab area is 4,575 SF. 5. Provide new concrete pavement around new play areas as shown on plans area is approximately 2,652 SF. 6. Demolish and install new sidewalks as part of base bid scope as shown on plans, approximate area for these walks is 2,247 SF. 7. Provide new lighting at play areas and at basketball court. 8. Demolish and replace pavilion roof structure as detail on plans. B. Alternates 1. Add Alternate no. 1 – Additional planting next to play areas. 2. Add Alternate no. 2 – Provide shade structure between play areas. 3. Add Alternate no. 3 - Replacement of remaining sidewalk path around project area. Approximate area is 5,455 sf. 2.02 The Engineer’s Opinion of Probable Construction Cost for the Project is $354,078.00. The Project is to be substantially complete and ready for operation within 150 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. Invitation to Bid and Instructions to Bidders 00 21 13 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005 REV 06-12-2015 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3 – PRE-BID CONFERENCE 3.01 A non-mandatory pre-bid conference for the Project will be held on March 22, 2016, 11:00 a.m. at the following location: City Hall Building-Engineering Services Center Room 1 or 2 3rd Floor, Engineering Services 1201 Leopard Street Corpus Christi, TX 78401 ARTICLE 4 – COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 4.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 5 – EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. Invitation to Bid and Instructions to Bidders 00 21 13 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005 REV 06-12-2015 E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 6 – INTERPRETATIONS AND ALTERNATE BIDS 6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner’s Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 7 – BID SECURITY 7.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 7.02 Bid Security may be in the form of a Bid Bond or a cashier’s check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier’s check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder’s name and the job name and number and delivered as required in Article 7 below. Invitation to Bid and Instructions to Bidders 00 21 13 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005 REV 06-12-2015 7.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal’s bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety’s standard bid bond form if revised to meet these Bid Bond Requirements. 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 7.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8 – PREPARATION OF BID 8.01 The Bid Form is included with the Contract Documents and has been made available at the Owner’s Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 8.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 8.05 Provide evidence of the Bidder’s authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. Invitation to Bid and Instructions to Bidders 00 21 13 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005 REV 06-12-2015 ARTICLE 9 – DELIVERY OF BIDS 9.01 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 9.02 Bids must be received no later than April 6, 2016 at 2:00 p.m., to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1st floor of the City Hall Building. Bids received after this time will not be accepted. 9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com. 9.04 If submitting a hard copy bid or bid security by cashier’s check or money order, please address envelopes or packages: City of Corpus Christi City Secretary’s Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Community Park Development and Improvements – Parker Park (Bond 2012), Project No. E14005 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 10 – CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word “confidential” prominently on each page or sheet or on the cover of bound documents. Place “confidential” stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of “confidential” documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11 – MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. Invitation to Bid and Instructions to Bidders 00 21 13 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005 REV 06-12-2015 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12 – OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at April 6, 2016 at 2:00 p.m., at the following location: City Hall Building - City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 12.02 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 13 – BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 14 – STATEMENT OF EXPERIENCE 14.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 15 – EVALUATION OF BIDS 15.01 The Owner will consider the amount bid, the Bidder’s responsibilities, the Bidder’s safety record, the Bidder’s indebtedness to Owner, whether the Bidder has met the minimum specific project experience requirements. 15.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 15.03 Submission of a Bid indicates the Bidder’s acceptance of the evaluation technique and methodology as well as the Bidder’s recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have Invitation to Bid and Instructions to Bidders 00 21 13 - 7 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005 REV 06-12-2015 against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 16 – AWARD OF CONTRACT 16.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the Bidder who provides the best value for Owner that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 16.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 17 – MINORITY / MBE / DBE PARTICIPATION POLICY 17.01 Selected Contractor is required to comply with the Owner’s Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 17.02 Minority participation goal for this Project has been established to be 45% of the Contract Price. 17.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. ARTICLE 18 – BONDS AND INSURANCE 18.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner’s requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 18.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 19 – SIGNING OF AGREEMENT 19.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (4) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder’s submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. Invitation to Bid and Instructions to Bidders 00 21 13 - 8 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005 REV 06-12-2015 ARTICLE 20 – SALES AND USE TAXES 20.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 20.02 It is the Owner’s intent to have this Contract qualify as a “separated contract.” ARTICLE 21 – WAGE RATES 21.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 22 – BIDDER’s CERTIFICATION OF NO LOBBYING 22.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. ARTICLE 23 – REJECTION OF BID 23.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 23.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. Invitation to Bid and Instructions to Bidders 00 21 13 - 9 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005 REV 06-12-2015 B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder’s Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder’s lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner’s project performance evaluations. N. Unbalanced Unit Price Bid: “Unbalanced Bid” means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. END OF SECTION Bid Acknowledgement Form 00 30 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005. REV 06-12-2015 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1 – BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by _______________________________________________ (type or print name of company) on: April 6, 2016 at 2:00 p. m. for Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City’s electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier’s or certified check, please send to: The City of Corpus Christi, Texas City Secretary’s Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005. All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 – BIDDERS’S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. Bid Acknowledgement Form 00 30 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005. REV 06-12-2015 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3 – BIDDER’S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder’s safety precautions and programs. Bid Acknowledgement Form 00 30 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005. REV 06-12-2015 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder’s entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 – BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ Add Alternate 1 $ Add Alternate 2 $ Add Alternate 3 $ The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. ARTICLE 5 – EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder’s responsibility, the Bidder’s safety record, the Bidder’s indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders’ responsibility or value, and whether the Bidder has met the minimum Bid Acknowledgement Form 00 30 00 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005. REV 06-12-2015 specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder’s responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder’s Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney’s fees for collecting such costs and damages. ARTICLE 6 – TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 150 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 180 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 – ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8 – DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form 00 30 00 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005. REV 06-12-2015 ARTICLE 9 – VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 – SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder’s authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals (“natural persons” as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder’s governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an “alias”) shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder’s enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 00 30 00 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) Project No. E14005. REV 06-12-2015 ARTICLE 11 – BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual’s signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION 00 30 01 BID FORM EXHIBIT A Bid Form Exhibit A Community Park Development and Improvements - Parker Park (Bond 2012) - Project Number: E14005 Page 1 of 2 08-08-2014 Project Name: Project Number: Owner: Bidder: OAR: Designer: Item Unit Approxiamte Quanity Unit Price Extended Amount A1 LS 1 -$ -$ A2 Demolition LS 1 -$ -$ A3 Earthwork & Grading LS 1 -$ $ A4 Planting sod, seed, trees, etc.LS 1 -$ -$ A5 Irrigation LS 1 -$ -$ A6 Decomposed Granite SF 3,500 -$ -$ A7 Concrete sidewalks, play areas, pavement, & curbs SF 9,763 -$ -$ A8 Pavilion Roofing structure and decking demolition, new steel framing, roofing & electrical LS 1 -$ -$ A9 Lighting LS 1 -$ -$ A10 Plumbing LS 1 -$ -$ -$ B Additional planting next to play areas. See landscaping sheet L-7.0 for details.LS 1 -$ -$ -$ 00 30 01 BID FORM DESCRIPTION Base Bid Part A - BASE BID (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Basis of Bid Community Park Development and Improvements - Parker Park (BOND 2012) City of Corpus Christi CLK ARCHITECTS & ASSOCIATES, INC. E14005 Mobilization with bonds and insurance SUBTOTAL PART B - ADDITIVE ALTERNATE NO. 1 Part B -ADDITIVE ALTERNATE NO. 1 - Additional planting next to play areas (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) SUBTOTAL PART A - BASE BID 00 30 01 BID FORM EXHIBIT A Bid Form Exhibit A Community Park Development and Improvements - Parker Park (Bond 2012) - Project Number: E14005 Page 2 of 2 08-08-2014 Item Unit Approxiamte Quanity Unit Price Extended AmountDESCRIPTION Part C -ADDITIVE ALTERNATE NO. 2 - Shade Structure (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) C Provide shade structure between play areas modeled after the pergolas at Cole Park. Include all framing, supports and materials as detailed on architectural and structural sheets. LS 1 -$ -$ SUBTOTAL PART C - ADDITIVE ALTERNATE NO. 2 -$ Part D -ADDITIVE ALTERNATE NO. 3 - Walkways Around Project Site (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) D Complete replacement of walkway path around project area. Approximate area is 5,455 sf. Include demolition of existing, site preparation for new walk and installation of new concrete walk as detailed on civil drawings. SF 5,455 -$ -$ SUBTOTAL PART D - ADDITIVE ALTERNATE NO. 3 -$ TOTAL PROJECT BASE BID (PART A)-$ TOTAL - ADDITIVE ALTERNATE NO. 1 - (PART B)-$ TOTAL - ADDITIVE ALTERNATE NO. 2 - (PART C)-$ TOTAL - ADDITIVE ALTERNATE NO. 3 - (PART D)-$ TOTAL - BASE BID (PART A) + ADD ALTERNATES (B THRU D)-$ Contract Times 150 days 180 days Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in BID SUMMARY Compliance to State Law on Nonresident Bidders 00 30 02 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: “a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.” “Nonresident bidder” refers to a person who is not a resident of Texas. “Resident bidder” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ☐ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of . ☐ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller’s annual publication of other states’ laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Adopted 06/29/2007 FORM CIQ OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of person who has a business relationship with local governmental entity.1 2 3 Date Received Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. Signature of person doing business with the governmental entity Date 4 SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA”. See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other ____________________________________ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each “employee” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Job Title and City Department (if known) 2. State the names of each “official” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Title 3. State the names of each “board member” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Board, Commission or Committee 4. State the names of each employee or officer of a “consultant” for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. “Board member.” A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. “Economic benefit”. An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part - time basis, but not as an independent contractor. d. “Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. “Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. “Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Non-Collusion Certification 00 30 06 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Community Park Development and Improvements – Parker Park (Bond 2012) E14005 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Statement of Experience 00 45 16 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1 – REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders’ responsibility and ability to meet the minimum requirements complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. ARTICLE 2 – EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder’s ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide information on the experience of proposed key personnel. A. Provide information on the key personnel that will be actively working on this Project in Tables 3 through 6. Key personnel include the Project Manager, Project Superintendent, Safety Manager, and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Statement of Experience 00 45 16 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Project, indicate how that individual’s time is to be divided between this Project and other assignments. B. The Bidder may provide information on an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide biographical information for each primary and alternate candidate as an attachment that includes: technical experience, managerial experience, education and formal training, and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements in this Statement of Experience should also be included. Bidders are to include a list of the current project assignments for each of the individuals proposed, the anticipated completion date for this assignment, and the percentage of the time they will have available to devote to this Project to demonstrate their availability for this project. D. The Project Manager and Project Superintendent must have at least 5 years’ recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements, and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years’ recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization and Key Personnel. A. Provide a list of projects currently under construction and projects completed by the Organization in the last 5 years using copies of Table 7. Highlight the project information that demonstrates the experience of Bidder with similar projects and the experience of proposed Key Personnel. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization and for proposed Key Personnel, that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder’s past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder’s past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner’s needs during construction, an inability to work in the spirit of partnering, and any non-responsiveness of the Bidder to Statement of Experience 00 45 16 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. 2.07 The Owner will consider any percentages in excess of 15 percent of change orders for projects as an indicator of ability to complete Projects within the Contract Price. Provide a tabulation of budget performance on all projects completed by the Bidder within the last 5 years on Table 8 to demonstrate the ability of the Bidder to complete projects for the Contract Price. Lines may be added beneath project change order breakdowns to add explanatory comments. 2.08 Provide information to demonstrate the ability of the Bidder to complete projects on time. Bidders are to provide a tabulation of all projects completed by the Organization within the last 5 years on Table 9 to demonstrate performance in completing projects on time. Comments may be added to the tabulations to indicate the reasons for amending completion dates. 2.09 Provide information to demonstrate the ability of the Bidder to provide subcontracting opportunities that will meet the Owner’s established goals for Minority, MBE, and DBE participation in the Project. List all Work to be performed by qualified Minority, MBE, and DBE proposed Subcontractors or Suppliers in Table 10. Include percentages of Work subcontracted to each to demonstrate compliance with Owner's stated goals. ARTICLE 3 – STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 00 45 16 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 1 – Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ☐ Corporation ☐ Partnership ☐ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer’s Name President’s Name Vice President’s Name(s) Secretary’s Name Treasurer’s Name If a Partnership Date of Organization Form of Partnership: ☐ General ☐ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 00 45 16 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 1 – Organization Information Surety Name of Surety Surety is a corporation organized and existing under the laws of the state of Is surety authorized to provide surety bonds in the State of Texas? ☐ Yes ☐ No Is surety listed in “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury? ☐ Yes ☐ No Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Surety Address for Local Agent Telephone for Local Agent Insurance Name of Insurance Provider Provider is a corporation organized and existing under the laws of the state of Is Provider licensed or authorized to issue insurance policies in the State of Texas? ☐ Yes ☐ No Does Provider have an A.M. Best Rating of A-VIII or Better? ☐ Yes ☐ No Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Provider Address for Local Agent Telephone for Local Agent Financial Summary Information Date of Bidder's most current financial statement Date of Bidder's most current audited financial statement Financial indicators from the most current financial statement: Bidder's Current Ratio (Current Assets / Current Liabilities) Bidder's Quick Ratio ((Cash and Cash Equivalents + Accounts Receivable + Short Term Investments) / Current Liabilities)) Statement of Experience 00 45 16 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 1 – Organization Information Organization doing business as: Previous History with Owner List projects that have been completed with the Owner over the last 5 years. If more than 5 projects, list only the most recent. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization ever been disqualification as a bidder within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past five years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 2 years. Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 00 45 16 - 7 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 2 – Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 00 45 16 - 8 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 3 – Proposed Project Manager Organization doing business as: Primary Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 9 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 4 – Proposed Project Superintendents Organization doing business as: Primary Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 10 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 5 – Proposed Project Safety Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 11 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 6 – Proposed Project Quality Control Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 12 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 7 – Current Projects and Projects Completed within the Last 5 Years Project Owner Project Name General Description of Project Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Percentage of time devoted to the Project Proposed for this Project Did Individual start and complete the project? If not, who started or completed the Project in their place? Reason for change Reference Contact Information Name Title/Position Organization Telephone Email Owner Designer Construction Manager Surety Issues / disputes resolved or pending resolution by arbitration, litigation, or dispute review boards Number of issues resolved Total amount involved in resolved issues Number of issues pending Total amount involved in resolved Issues Statement of Experience 00 45 16 - 13 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 8 – Demonstration of Budget Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Contract Price Owner Enhancements Unforeseen Conditions Design Issues Total Changes Percent Changes Statement of Experience 00 45 16 - 14 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 9 – Demonstration of On-Time Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Contract Date for Substantial Completion Original Contract Date for Final Completion Amended Contract Date for Substantial Completion Amended Contract Date for Final Completion Actual Contract Date for Substantial Completion Actual Contract Date for Final Completion Statement of Experience 00 45 16 - 15 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Table 10 – Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Minority, MBE, or DBE Firm Statement of Experience 00 45 16 - 16 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 ARTICLE 4 – CERTIFICATION 4.01 By submitting this Statement of Experience and related information; Bidder certifies that it has read this Statement of Experience and that Bidder’s responses are true and correct and contain no material misrepresentations; and that the individual signing below is authorized to make this certification on behalf of the Bidder’s organization. The individual signing this certification shall attach evidence of individual’s authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Agreement 00 52 23 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 03-23-2015 00 52 23 AGREEMENT This Agreement, for the Project awarded on ________________, is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Project Name: Community Park Development and Improvements – Parker Park (Bond 2012) Project Number: E14005 ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: CLK Architects & Associates 615 N. Upper Broadway, Suite 1250 Corpus Christi, TX 78401 2.02 The Owner’s Authorized Representative for this Project is: Shane Torno, P. E. City of Corpus Christi Engineering Services (361) 826-3502 ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 150 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 180 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 03-23-2015 A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $400.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 – CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ Alternates 1 $ ____________________________ Alternates 2 $ ____________________________ Alternates 3 $ ____________________________ Agreement 00 52 23 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 03-23-2015 ARTICLE 5 – ARTICLE 6 – PAYMENT PROCEDURES 6.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 6.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner’s option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner’s option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR’s estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 6.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 7 – INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 7.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 7.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement 00 52 23 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 03-23-2015 ARTICLE 8 – CONTRACTOR’S REPRESENTATIONS 8.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor’s safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. Agreement 00 52 23 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 03-23-2015 I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 9 – ACCOUNTING RECORDS 9.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor’s records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor’s fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 10 – CONTRACT DOCUMENTS 10.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor’s Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement 00 52 23 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 03-23-2015 ARTICLE 11 – CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR – Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF CAPITAL PROGRAMS; D. CITY SECRETARY for the City. Agreement 00 52 23 - 7 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 03-23-2015 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Jeffery Edmonds Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax Email END OF SECTION Performance Bond 00 61 13 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 00 61 13 PERFORMANCE BOND BOND NO.________________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Performance Bond 00 61 13 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV. 07-03-2014 00 61 16 PAYMENT BOND BOND NO._____________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Payment Bond Form 00 61 16 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV. 07-03-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 6 1.01 Defined Terms ............................................................................................................................... 6 1.02 Terminology ................................................................................................................................ 11 Article 2 – Preliminary Matters ................................................................................................................... 12 2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 12 2.02 Copies of Documents .................................................................................................................. 13 2.03 Before Starting Construction ...................................................................................................... 13 2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 13 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................. 13 3.01 Intent ........................................................................................................................................... 13 3.02 Reference Standards ................................................................................................................... 15 3.03 Reporting and Resolving Discrepancies ...................................................................................... 15 3.04 Interpretation of the Contract Documents ................................................................................. 16 3.05 Reuse of Documents ................................................................................................................... 16 Article 4 – Commencement and Progress of the Work .............................................................................. 16 4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 16 4.02 Starting the Work ........................................................................................................................ 16 4.03 Progress Schedule ....................................................................................................................... 17 4.04 Delays in Contractor’s Progress .................................................................................................. 17 Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions ................................................................................................................................................... 18 5.01 Availability of Lands .................................................................................................................... 18 5.02 Use of Site and Other Areas ........................................................................................................ 18 5.03 Subsurface and Physical Conditions ............................................................................................ 19 5.04 Differing Subsurface or Physical Conditions ............................................................................... 19 5.05 Underground Facilities ................................................................................................................ 21 5.06 Hazardous Environmental Conditions at Site ............................................................................. 22 Article 6 – Bonds and Insurance ................................................................................................................. 24 6.01 Performance, Payment, and Other Bonds .................................................................................. 24 6.02 Licensed Sureties ........................................................................................................................ 24 General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance ..................................................................................................................................... 25 Article 7 – Contractor’s Responsibilities ..................................................................................................... 25 7.01 Supervision and Superintendence .............................................................................................. 25 7.02 Labor; Working Hours ................................................................................................................. 25 7.03 Services, Materials, and Equipment ........................................................................................... 26 7.04 Concerning Subcontractors, Suppliers, and Others .................................................................... 26 7.05 Patent Fees and Royalties ........................................................................................................... 27 7.06 Permits ........................................................................................................................................ 28 7.07 Taxes ........................................................................................................................................... 28 7.08 Laws and Regulations .................................................................................................................. 28 7.09 Safety and Protection ................................................................................................................. 29 7.10 Safety Representative ................................................................................................................. 30 7.11 Hazard Communication Programs .............................................................................................. 30 7.12 Emergencies ................................................................................................................................ 30 7.13 Contractor’s General Warranty and Guarantee ......................................................................... 30 7.14 Indemnification ........................................................................................................................... 31 7.15 Delegation of Professional Design Services ................................................................................ 32 Article 8 – Other Work at the Site ............................................................................................................... 33 8.01 Other Work ................................................................................................................................. 33 8.02 Coordination ............................................................................................................................... 34 8.03 Legal Relationships ...................................................................................................................... 34 Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 35 9.01 Communications to Contractor .................................................................................................. 35 9.02 Replacement of Owner’s Project Team Members ...................................................................... 35 9.03 Furnish Data ................................................................................................................................ 35 9.04 Pay When Due ............................................................................................................................. 35 9.05 Lands and Easements; Reports and Tests ................................................................................... 35 9.06 Insurance ..................................................................................................................................... 35 9.07 Modifications .............................................................................................................................. 35 9.08 Inspections, Tests, and Approvals ............................................................................................... 35 9.09 Limitations on OPT’s Responsibilities ......................................................................................... 35 9.10 Undisclosed Hazardous Environmental Condition ...................................................................... 36 9.11 Compliance with Safety Program ................................................................................................ 36 General Conditions 00 72 00 - 2 Corpus Christi Standards - Regular Projects 03-23-2015 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 36 10.01 Owner’s Representative .......................................................................................................... 36 10.02 Visits to Site ............................................................................................................................. 36 10.03 Resident Project Representatives ........................................................................................... 36 10.04 Rejecting Defective Work........................................................................................................ 36 10.05 Shop Drawings, Modifications and Payments......................................................................... 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 37 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 37 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 37 11.01 Amending and Supplementing the Contract Documents ....................................................... 37 11.02 Owner-Authorized Changes in the Work ................................................................................ 38 11.03 Unauthorized Changes in the Work ........................................................................................ 38 11.04 Change of Contract Price ........................................................................................................ 39 11.05 Change of Contract Times ....................................................................................................... 40 11.06 Change Proposals .................................................................................................................... 40 11.07 Execution of Change Orders ................................................................................................... 40 11.08 Notice to Surety ...................................................................................................................... 41 Article 12 – Claims ....................................................................................................................................... 42 12.01 Claims ...................................................................................................................................... 42 12.02 Claims Process ......................................................................................................................... 42 Article 13 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 43 13.01 Cost of the Work ..................................................................................................................... 43 13.02 Allowances .............................................................................................................................. 46 13.03 Unit Price Work ....................................................................................................................... 46 13.04 Contingencies .......................................................................................................................... 47 Article 14 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 47 14.01 Access to Work ........................................................................................................................ 47 14.02 Tests, Inspections, and Approvals ........................................................................................... 47 14.03 Defective Work ....................................................................................................................... 48 14.04 Acceptance of Defective Work................................................................................................ 49 14.05 Uncovering Work .................................................................................................................... 49 14.06 Owner May Stop the Work ..................................................................................................... 49 14.07 Owner May Correct Defective Work ....................................................................................... 50 General Conditions 00 72 00 - 3 Corpus Christi Standards - Regular Projects 03-23-2015 Article 15 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 50 15.01 Progress Payments .................................................................................................................. 50 15.02 Contractor’s Warranty of Title ................................................................................................ 52 15.03 Substantial Completion ........................................................................................................... 52 15.04 Partial Utilization ..................................................................................................................... 53 15.05 Final Inspection ....................................................................................................................... 53 15.06 Final Payment .......................................................................................................................... 53 15.07 Waiver of Claims ..................................................................................................................... 54 15.08 Correction Period .................................................................................................................... 54 Article 16 – Suspension of Work and Termination ..................................................................................... 55 16.01 Owner May Suspend Work ..................................................................................................... 55 16.02 Owner May Terminate for Cause ............................................................................................ 55 16.03 Owner May Terminate For Convenience ................................................................................ 56 Article 17 – Final Resolution of Disputes .................................................................................................... 57 17.01 Methods and Procedures ........................................................................................................ 57 Article 18 – Miscellaneous .......................................................................................................................... 57 18.01 Computation of Times............................................................................................................. 57 18.02 Owner’s Right to Audit Contractor’s Records ......................................................................... 57 18.03 Independent Contractor ......................................................................................................... 58 18.04 Cumulative Remedies ............................................................................................................. 58 18.05 Limitation of Damages ............................................................................................................ 58 18.06 No Waiver ............................................................................................................................... 58 18.07 Severability .............................................................................................................................. 58 18.08 Survival of Obligations ............................................................................................................ 59 18.09 No Third Party Beneficiaries ................................................................................................... 59 18.10 Assignment of Contract........................................................................................................... 59 18.11 No Waiver of Sovereign Immunity .......................................................................................... 59 18.12 Controlling Law ....................................................................................................................... 59 18.13 Conditions Precedent to Right to Sue ..................................................................................... 59 18.14 Waiver of Trial by Jury............................................................................................................. 59 18.15 Attorney Fees .......................................................................................................................... 59 18.16 Compliance with Laws............................................................................................................. 59 18.17 Enforcement............................................................................................................................ 60 General Conditions 00 72 00 - 4 Corpus Christi Standards - Regular Projects 03-23-2015 18.18 Subject to Appropriation ......................................................................................................... 60 18.19 Contract Sum........................................................................................................................... 60 18.20 Contractor’s Guarantee as Additional Remedy ...................................................................... 60 General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term’s singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date – The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. (“CERCLA”); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. (“RCRA”); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor’s Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR’s recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City’s officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner’s Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner’s Project Team or OPT - The Owner, Owner’s Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially 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. General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor’s Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to “at no additional cost to Owner,” “at Contractor’s expense,” or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms “day” or “calendar day” mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms “as allowed,” “as approved,” “as ordered,” “as directed,” or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects 03-23-2015 E. The use of the words “furnish,” “install,” “perform,” and “provide” have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words “furnish,” “install,” “perform,” or “provide.” F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word “all” is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words “furnish,” “install,” “perform,” “provide,” or similar words include the meaning of the phrase “The Contractor shall...” before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT’s project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor’s Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00 - 15 Corpus Christi Standards - Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer’s or OAR’s interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor’s Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00 - 16 Corpus Christi Standards - Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor’s Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor’s sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor’s Team. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor’s Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor’s Team’s operations; c. Damage to other adjacent land or areas; and General Conditions 00 72 00 - 18 Corpus Christi Standards - Regular Projects 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor’s Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor’s safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor’s interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions 00 72 00 - 19 Corpus Christi Standards - Regular Projects 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT’s obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer’s findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor’s cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR’s issuance of the OPT’s statement to Contractor regarding the subsurface or physical condition in question. General Conditions 00 72 00 - 20 Corpus Christi Standards - Regular Projects 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer’s findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions 00 72 00 - 21 Corpus Christi Standards - Regular Projects 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR’s issuance of OPT’s statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor’s safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions 00 72 00 - 22 Corpus Christi Standards - Regular Projects 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor’s Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor’s Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor’s Team that was not created by the Contractor’s Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner’s own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR’s notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 6 – BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor’s obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions 00 72 00 - 24 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 – CONTRACTOR’S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner’s consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR’s consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year’s Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions 00 72 00 - 25 Corpus Christi Standards - Regular Projects 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor’s reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions 00 72 00 - 26 Corpus Christi Standards - Regular Projects 03-23-2015 days of Owner’s notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner’s initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers’ Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor’s Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor’s Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner’s exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor’s compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. General Conditions 00 72 00 - 28 Corpus Christi Standards - Regular Projects 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor’s Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor’s Team. E. Contractor’s duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor’s Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner’s safety program if required to do so in the Supplementary Conditions. A copy of the Owner’s safety program will be provided in the Bidding Documents. General Conditions 00 72 00 - 29 Corpus Christi Standards - Regular Projects 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor’s warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor’s warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor’s obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions 00 72 00 - 30 Corpus Christi Standards - Regular Projects 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor’s performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. TO THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY’S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR’S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER’S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER’S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER’S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER’S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER’S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR’S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR’S TEAM, (II) CONTRACTOR’S TEAM’S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER’S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER’S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER’S AND OWNER’S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER’S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR’S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor’s Team or other individuals or entities under workers’ compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner’s Indemnitees by an employee or the survivor or personal representative of employee of Contractor’s Team. General Conditions 00 72 00 - 31 Corpus Christi Standards - Regular Projects 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner’s Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner’s Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10-day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor’s counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner’s Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner’s Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner’s Indemnitees as an indemnified loss. 2. Owner’s Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner’s consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner’s Indemnitees to comply with restrictions or limitations that adversely affect Owner’s Indemnitees; b. Would require Owner’s Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner’s Indemnitees’ full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions 00 72 00 - 32 Corpus Christi Standards - Regular Projects 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor’s design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer’s review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer’s review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 – OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor’s Work. This other work may be performed by Owner’s employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor’s Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor’s Work. Contractor’s General Conditions 00 72 00 - 33 Corpus Christi Standards - Regular Projects 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor’s Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor’s Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor’s ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor’s Team damages, delays, disrupts, or interferes with the work of Owner’s employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner’s contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions 00 72 00 - 34 Corpus Christi Standards - Regular Projects 03-23-2015 E. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 – OWNER’S AND OPT’S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner’s Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner’s duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner’s responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner’s responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT’s responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT’s Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 35 Corpus Christi Standards - Regular Projects 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT’s responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 – OAR’S AND DESIGNER’S STATUS DURING CONSTRUCTION 10.01 Owner’s Representative A. OAR is Owner’s representative. The duties and responsibilities and the limitations of authority of OAR as Owner’s representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer’s visits and observations are subject to the limitations on Designer’s authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner’s quality assurance program, and administer the Contract as Owner’s representative as described in the Contract Documents. OAR’s visits and observations are subject to the limitations on OAR’s authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives’ authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer’s authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer’s authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions 00 72 00 - 36 Corpus Christi Standards - Regular Projects 03-23-2015 C. OAR and Designer’s authority related to Modifications is described in Articles 11. D. OAR’s authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer’s decision by submitting a Change Proposal if Contractor does not agree with the Designer’s decision. 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor’s Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor’s Team. ARTICLE 11 – AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions 00 72 00 - 37 Corpus Christi Standards - Regular Projects 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer’s approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner-Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor’s safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions 00 72 00 - 38 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor’s fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor’s fee. D. Contractor’s Fee: Determine the Contractor’s fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor’s fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions 00 72 00 - 39 Corpus Christi Standards - Regular Projects 03-23-2015 3. The adjustment in Contractor’s fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor’s supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions 00 72 00 - 40 Corpus Christi Standards - Regular Projects 03-23-2015 2. Changes in Contract Price resulting from Owner set-offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner’s correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor’s agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor’s submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions 00 72 00 - 41 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 12 – CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer’s decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT’s decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor’s knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions 00 72 00 - 42 Corpus Christi Standards - Regular Projects 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator’s fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time-and-materials, or other cost-based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor’s employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions 00 72 00 - 43 Corpus Christi Standards - Regular Projects 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers’ compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers’ field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor’s Cost of the Work and fee are determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions 00 72 00 - 44 Corpus Christi Standards - Regular Projects 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor’s Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor’s fee. 2. Office expenses other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor’s Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor’s fee. 6. Any Indemnified Cost paid with regard to Contractor’s indemnification of Owner’s Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor’s fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.C for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions 00 72 00 - 45 Corpus Christi Standards - Regular Projects 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR’s decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR’s decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor’s selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor’s safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions 00 72 00 - 47 Corpus Christi Standards - Regular Projects 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT’s acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work; 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor’s obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner’s special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions 00 72 00 - 48 Corpus Christi Standards - Regular Projects 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT’s evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT’s observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor’s intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions 00 72 00 - 49 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner’s right to stop the Work does not create a duty to exercise this right for the benefit of Contractor’s Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days’ notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor’s services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner’s rights and remedies under this Paragraph 14.07. ARTICLE 15 – PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions 00 72 00 - 50 Corpus Christi Standards - Regular Projects 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor’s conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor’s failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor’s Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor’s failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions 00 72 00 - 51 Corpus Christi Standards - Regular Projects 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor’s Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor’s notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions 00 72 00 - 52 Corpus Christi Standards - Regular Projects 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner’s use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor’s coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner’s assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner’s use or occupancy of the Work; 3. Contractor’s obligations for operations and maintenance during performance and acceptance testing; 4. Contractor’s access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor’s other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT’s reasons for not recommending final payment. General Conditions 00 72 00 - 53 Corpus Christi Standards - Regular Projects 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR’s recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor’s failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor’s continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR’s instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions 00 72 00 - 54 Corpus Christi Standards - Regular Projects 03-23-2015 G. Contractor’s obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 – SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor’s creditors, or e. A receiver is appointed on account of Contractor’s insolvency; 5. Contractor’s disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor’s repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR’s request for this information. General Conditions 00 72 00 - 55 Corpus Christi Standards - Regular Projects 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days’ notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days’ notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions 00 72 00 - 56 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 17 – FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 – MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner’s Right to Audit Contractor’s Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions 00 72 00 - 57 Corpus Christi Standards - Regular Projects 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor’s records only during regular business hours. Contractor agrees to allow Owner and/or Owner’s designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor’s Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor’s Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner’s Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor’s Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions 00 72 00 - 58 Corpus Christi Standards - Regular Projects 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys’ fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney’s fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions 00 72 00 - 59 Corpus Christi Standards - Regular Projects 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not-to-exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor’s Guarantee as Additional Remedy A. The Contractor’s guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions 00 72 00 - 60 Corpus Christi Standards - Regular Projects 03-23-2015 Insurance Requirements 00 72 01 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1 – INSURANCE REQUIREMENTS 1.01 CONTRACTOR’S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non-Owned, Rented and Leased $1,000,000 Combined Single Limit Workers’ Compensation Statutory Employer’s Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor’s Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim ☐ Required X Not Required Builder’s Risk (All Perils including Collapse) Equal to Contract Price ☐ Required X Not Required Installation Floater Equal to Contract Price ☐ Required X Not Required Owner’s Protective Liability Equal to Contractor’s liability insurance ☐ Required X Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements 00 72 01 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT’s failure to demand such certificates or other evidence of the Contractor’s full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor’s obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor’s interests. J. The required insurance and insurance limits do not limit the Contractor’s liability under the indemnities granted to Owner’s Indemnitees in the Contract Documents. K. Provide for an endorsement that the “other insurance” clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor’s insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers’ compensation policy and Contractor’s professional liability policy. 1.03 CONTRACTOR’S INSURANCE A. Purchase and maintain workers’ compensation and employer’s liability insurance for: 1. Claims under workers’ compensation, disability benefits, and other similar employee benefit acts. Obtain workers’ compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers’ compensation obligations. Provide an “All Other States” endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements 00 72 01 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. United States Longshoreman and Harbor Workers’ Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor’s employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor’s commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or “All Peril” policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor’s Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and Insurance Requirements 00 72 01 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor’s contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, “Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured” or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor’s commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor’s operations and completed operations. Provide Contractor’s pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements 00 72 01 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER’S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner’s Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor’s liability insurance and from the same company that provides the Contractor’s liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder’s risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder’s risk “all risk” policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that Insurance Requirements 00 72 01 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder’s risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer’s subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder’s risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder’s risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder’s risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. Insurance Requirements 00 72 01 - 7 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner’s Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner’s Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder’s risk insurance and other property insurance. 1.07 OWNER’S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 – EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of “Additional Insureds” for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days’ notice before cancellation or any material change in the policy’s terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or Insurance Requirements 00 72 01 - 8 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi – Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 – TEXAS WORKERS’ COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS’ COMPENSATION INSURANCE COVERAGE A. 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 (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on a project, for the duration of the Project. Insurance Requirements 00 72 01 - 9 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 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 governmental entity. 3. Persons providing services on the Project (“Subcontractor” in §406.096) - 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, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. “Services” include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. “Services” does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. 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. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. 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 governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven 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. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 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. H. The Contractor shall post 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. Insurance Requirements 00 72 01 - 10 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 REV 07-03-2014 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 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 (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity 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. K. The Contractor’s failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Wage Rate Requirements 00 72 02 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 06-12-2015 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1 – PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis-Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov’t Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov’t Code §2258.003 – Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov’t Code §2258.053(b) – Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov’t Code §2258.058 – Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov’t Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. Wage Rate Requirements 00 72 02 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 06-12-2015 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination (WD) No Construction Type Project Type TX-342 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) General Decision Number: TX160342 01/08/2016 TX342 Superseded General Decision Number: TX20150342 State: Texas Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER......................$ 23.14 21.55 ---------------------------------------------------------------- ELEC0278-002 08/30/2015 Wage Rate Requirements 00 72 02 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 06-12-2015 Rates Fringes ELECTRICIAN......................$ 25.00 7.70 ---------------------------------------------------------------- ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane.............$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above.....$ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under..............$ 27.50 10.60 ---------------------------------------------------------------- * IRON0084-011 06/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL...........$ 23.02 6.35 ---------------------------------------------------------------- SUTX2014-068 07/21/2014 Rates Fringes BRICKLAYER.......................$ 20.04 0.00 CARPENTER........................$ 15.21 0.00 CEMENT MASON/CONCRETE FINISHER...$ 15.33 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)...............$ 19.77 7.13 IRONWORKER, REINFORCING..........$ 12.27 0.00 IRONWORKER, STRUCTURAL...........$ 22.16 5.26 LABORER: Common or General......$ 9.68 0.00 LABORER: Mason Tender - Brick...$ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 0.00 LABORER: Pipelayer..............$ 12.49 2.13 LABORER: Roof Tearoff...........$ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 13.93 0.00 Wage Rate Requirements 00 72 02 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 06-12-2015 OPERATOR: Bulldozer.............$ 18.29 1.31 OPERATOR: Drill.................$ 16.22 0.34 OPERATOR: Forklift..............$ 14.83 0.00 OPERATOR: Grader/Blade..........$ 13.37 0.00 OPERATOR: Loader................$ 13.55 0.94 OPERATOR: Mechanic..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete).........$ 16.03 0.00 OPERATOR: Roller................$ 12.70 0.00 PAINTER (Brush, Roller, and Spray)...........................$ 14.45 0.00 PIPEFITTER.......................$ 25.80 8.55 PLUMBER..........................$ 25.64 8.16 ROOFER...........................$ 13.75 0.00 SHEET METAL WORKER (HVAC Duct Installation Only)...............$ 22.73 7.52 SHEET METAL WORKER, Excludes HVAC Duct Installation...........$ 21.13 6.53 TILE FINISHER....................$ 11.22 0.00 TILE SETTER......................$ 14.74 0.00 TRUCK DRIVER: Dump Truck........$ 12.39 1.18 TRUCK DRIVER: Flatbed Truck.....$ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck............................$ 12.50 0.00 TRUCK DRIVER: Water Truck.......$ 12.00 4.11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). Wage Rate Requirements 00 72 02 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 06-12-2015 ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate Wage Rate Requirements 00 72 02 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 06-12-2015 that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Wage Rate Requirements 00 72 02 - 7 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 REV 06-12-2015 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION END OF SECTION Minority / MBE / DBE Participation Policy 00 72 03 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1 – PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy 00 72 03 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 D. Minority: Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor’s aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 11 16 INVITATION TO BID. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Supplementary Conditions 00 73 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1 – DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. Delete the last sentence in Paragraph 1.01.A.26 and replace with the following: “Designers are Licensed Professional Engineers, Registered Architects, or Registered Landscape Architects qualified to practice their profession in the State of Texas.” B. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations and are to be named as an additional insured on all insurance policies, except workers compensation and Contractor’s professional liability insurance: City of Corpus Christi, Texas CLK Architects & Associates C. Paragraph 1.01.A.54 “Substantial Completion” is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All graded and planted bermuda seed area and irrigation completed. b. All walks and concrete paving completed. c. All planting and nature trails completed. d. All security lighting completed. e. All repairs to pavilion completed. f. All accepted alternates have been completed. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Punch list items such as touch up painting and minor miscellaneous items. Supplementary Conditions 00 73 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR’S PROGRESS A. The allocation for delays in the Contractor’s progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 29 rain days have been set for this Project. An extension of time due to rain days will be considered only after 29 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner.” SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner.” Supplementary Conditions 00 73 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 ARTICLE 7 – CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: “The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Summary of Work 01 11 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: PARKER PARK AREA OF WORK IS APPROXIMATELY 2.2 ACRES. PARK WILL RECEIVE THE FOLLOWING MAJOR ELEMENTS, REFER TO PLANS AND SPECIFICATIONS FOR FULL SCOPE OF WORK: 1. CLEAR AND GRUB APPROXIMATELY 92,000 SF OF PARK AREA FOR PLANTING AND SEEDING. 2. CLEAR AND SEED TURF AS SPECIFIED IN APPROXIMATELY 78,000 SF OF PARK AREA. 3. INSTALL DECOMPOSED GRANITE PATHS AS SHOWN OWN DRAWINGS APPROXIMATELY 3,500 SF 4. DEMOLISH AND INSTALL NEW PLAY AREAS IN CONCRETE AS SHOWN ON PLANS. THESE AREAS WILL BE TOPPED WITH FALL SURFACE MATERIAL PROVIDED BY THE CITY. APPROXIMATE AREA OF CONCRETE SLAB AREA IS 4,575 SF. 5. PROVIDE NEW CONCRETE PAVEMENT AROUND NEW PLAY AREAS AS SHOWN ON PLANS AREA IS APPROXIMATELY 2,652 SF. 6. DEMOLISH AND INSTALL NEW SIDEWALKS AS PART OF BASE BID SCOPE AS SHOWN ON PLANS, APPROXIMATE AREA FOR THESE WALKS IS 2,247 SF. 7. PROVIDE NEW LIGHTING AT PLAY AREAS AND AT BASKETBALL COURT. 8. Demolish and replace pavilion roof structure as detail on plans. Summary of Work 01 11 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 1. Alternates 1. Add Alternate no. 1 – Additional planting next to play areas. See landscaping sheet L-7.0 for details. 2. Add Alternate no. 2 – Provide shade structure between play areas modeled after the pergolas at Cole Park. Include all framing, supports and materials as detailed on architectural and structural sheets. 3. Add Alternate No. 3 – Complete replacement of walkway path around project area. Approximate area is 5,455 sf. Include demolition of existing, site preparation for new walk and installation of new concrete walk as detailed on civil drawings. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. Owner will furnish and install pour in place fall surface at play areas. Owner will furnish and install fitness equipment and playsets. GC to coordinate block outs for equipment footings with owner. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. Owner will furnish and install pour in place fall surface at play areas. Owner will furnish and install fitness equipment and playsets. GC to coordinate block outs for equipment footings with owner. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. Summary of Work 01 11 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 01 23 10 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor’s responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. Alternates 1. Add Alternate no. 1 – Additional planting next to play areas. See landscaping sheet L- 7.0 for details. 2. Add Alternate no. 2 – Provide shade structure between play areas modeled after the pergolas at Cole Park. Include all framing, supports and materials as detailed on architectural and structural sheets. 3. Add Alternate No. 3 – Complete replacement of walkway path around project area. Approximate area is 5,455 sf. Include demolition of existing, site preparation for new walk and installation of new concrete walk as detailed on civil drawings. 1.04 DESCRIPTION OF ALLOWANCES A. None. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 03-11-2015 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer’s facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor’s use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures 01 29 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor’s safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner’s Minority / MBE / DBE Participation Policy. Application for Payment Procedures 01 29 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. E. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. Application for Payment Procedures 01 29 00 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 03-11-2015 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor’s obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. Application for Payment Procedures 01 29 00 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 03-11-2015 1.07 RETAINAGE AND SET-OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set-offs per the General Conditions. Include Attachment C – Tabulation of Set-Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set-offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set-offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Application for Payment Procedures 01 29 00 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 03-11-2015 Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER’S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT’s reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR’s recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. Application for Payment Procedures 01 29 00 - 7 Community Park Development and Improvements – Parker Park (Bond 2012) Project No: E14005 03-11-2015 G. Neither OPT’s review of Contractor’s Work for the purposes of recommending payments nor OAR’s recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor’s failure to comply with Laws and Regulations applicable to Contractor’s performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR’s recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 1 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A1 – Mobilization with Bonds and Insurance: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; and Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 01 29 01 - 2 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 2. Measuring for payment is on a lump sum basis to include all cost associated to build facility improvements as out lined on plans and specifications. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A2 – Demolition: 1. Measuring for payment for this line item is based on a lump sum basis to include all cost associated with this scope and as noted and as specified on the construction documents. Payment for this line item will be based on work completed as a percentage of this lump sum fee. C. Bid Item A3 – Earthwork & Grading: 1. Measuring for payment for this line item is based on a lump sum basis to include all cost associated with this scope and as noted and as specified on the construction documents. Payment for this line item will be based on work completed as a percentage of this lump sum fee. D. Bid Item A4 – Planting sod, seed, trees, etc.: 1. Measuring for payment for this line item is based on a lump sum basis to include all cost associated with this scope and as noted and as specified on the construction documents. Payment for this line item will be based on work completed as a percentage of this lump sum fee. E. Bid Item A5 – Irrigation: 1. Measuring for payment for this line item is based on a lump sum basis to include all cost associated with this scope and as noted and as specified on the construction documents. Payment for this line item will be based on work completed as a percentage of this lump sum fee. F. Bid Item A6 – Decomposed Granite: 1. Measuring for payment for this line item is based on a lump sum basis to include all cost associated with this scope and as noted and as specified on the construction documents. Payment for this line item will be based on work completed as a percentage of this lump sum fee. G. Bid Item A7 – Concrete sidewalks, play areas, pavement, & curbs: 1. Measuring for payment for this line item is based on a lump sum basis to include all cost associated with this scope and as noted and as specified on the construction documents. Payment for this line item will be based on work completed as a percentage of this lump sum fee. H. Bid Item A8 – Pavilion Roofing structure and decking demolition, new steel framing, roofing & electrical: 1. Measuring for payment for this line item is based on a lump sum basis to include all cost associated with this scope and as noted and as specified on the construction documents. Payment for this line item will be based on work completed as a percentage of this lump sum fee. Measurement and Basis for Payment 01 29 01 - 3 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 I. Bid Item A9 – Lighting: 1. Measuring for payment for this line item is based on a lump sum basis to include all cost associated with this scope and as noted and as specified on the construction documents. Payment for this line item will be based on work completed as a percentage of this lump sum fee. J. Bid Item A10 – Plumbing: 1. Measuring for payment for this line item is based on a lump sum basis to include all cost associated with this scope and as noted and as specified on the construction documents. Payment for this line item will be based on work completed as a percentage of this lump sum fee. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item B – Additive Alternate No. 1 - Additional Planting Next to Play Areas: 1. Additional planting next to play areas. See landscaping sheet L-7.0 for details. 2. Measuring for payment is on a lump sum basis. B. Bid Item C- Additive Alternate No. 2 – Shade Structure: 1. Provide shade structure between play areas modeled after the pergolas at Cole Park. Include all framing, supports and materials as detailed on architectural and structural sheets. 2. Measuring for payment is on a lump sum basis. C. Bid Item D - Additive Alternate No. 3 – Walkway around project area: 1. Complete replacement of walkway path around project area. Approximate area is 5,455 sf. Include demolition of existing, site preparation for new walk and installation of new concrete walk as detailed on civil drawings. 2. Measuring for payment is on a lump sum basis. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination 01 31 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR’S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees’ vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately-owned land outside of the Owner’s property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination 01 31 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS A. None. Project Management and Coordination 01 31 00 - 4 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. Project Management and Coordination 01 31 00 - 5 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier’s storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier’s instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: Project Management and Coordination 01 31 00 - 6 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 1. Storage facilities continue to meet specified requirements; 2. Supplier’s required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner’s approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). Project Management and Coordination 01 31 00 - 7 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner’s Uniform Barricading Standards and Practices. Copies of this document are available through the Owner’s Traffic Engineering Department. Secure required permits from the Owner’s Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. Project Management and Coordination 01 31 00 - 8 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor’s convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 826-3500 Project Architect – CLK Architects & Associates 361-884-3295 Traffic Engineering 826-3540 Police Department 882-2600 Water Department 826-1881 (826-1888 after hours) Wastewater Department 826-1800 (826-1818 after hours) Gas Department 885-6900 (885-6913 after hours) Storm Water Department 826-1875 (826-3140 after hours) Parks & Recreation Department 826-3461 Project Management and Coordination 01 31 00 - 9 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 Public Agencies/Contacts Phone Number Streets and Solid Waste Services 826-1940 AEP 1-877-373-4858 SBC / AT&T 881-2511 (1-800-824-4424 after hours) City Street Div. for Traffic Signal/ Fiber Optic Locate 826-1946 826-3547 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority 289-2712 Port of Corpus Christi Authority Eng. 855-6153 TxDOT Area Office 808-2384 Corpus Christi ISD 886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre-construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination 01 31 13 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 1.04 PROJECT MEETINGS A. Pre-Construction Conference: 1. Attend a pre-construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor’s project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor’s organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor’s superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor’s detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 01 31 13 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre-Installation Meetings: 1. Conduct pre-submittal and pre-installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination 01 31 13 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use “Notification by Contractor” form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination 01 31 13 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor’s field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination 01 31 13 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 01 31 14 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT’s description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management 01 31 14 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor’s risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list “or equal” or “or approved equal” products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers’ products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase “or equal” or “or approved equal.” 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT’s responsibility to prove the product is not equal. Change Management 01 31 14 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer’s published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer’s responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management 01 31 14 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 01 33 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management 01 33 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management 01 33 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter “A” designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management 01 33 00 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 01 Submittal Register Submittal Register Community Park Development and Improvements - Parker Park (Bond 2012) Project No. E14005 01 33 01-1 08-08-2014 Product Information Sample or Mockup Operations Data General 01605 Product Options and Substitutions Civi 2140 Site Grading 2220 Excavation and Backfilling for Utilities 2222 Trench Safety for Excavations 2561 Concrete Sidewalks Landscape 320190 Landscape Maintenance 321546 DG Paving 324116 Landscape Boulders 328400 Landscape Irrigation 329113 Soil Preparation 329303 Landscape Planting Structural 3000 Flat Work – Portland Cement Concrete 3200 Flat Work – Reinforcing Steel 3800 Flat Work – Concrete Structures Architectural 7310 Asphalt Shingles 7620 Flashing and Sheet Metal 7920 Joint Sealers 9900 Painting Structural MEP 15410 Plumbing Piping and Valvues 16010 Electrical General Provisions 16060 Grounding 16075 Electrical Identification 16123 Wire and Cable 16136 Raceways 16442 Low Voltage Panelboards Paragraph No. Specification Section Specification Description Types of Submittals Required Shop Drawings 01 33 02 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Provide Shop Drawings for the following items: 1. Refer to Section CCR 01 33 01 Submittal Register for list of shop drawings required. B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. Shop Drawings 01 33 02 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer’s attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor’s risk. Defective products may be rejected at the Owner’s option. Shop Drawings 01 33 02 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. Shop Drawings 01 33 02 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Shop Drawings 01 33 02 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier’s standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. Shop Drawings 01 33 02 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner’s option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. Shop Drawings 01 33 02 - 7 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer’s review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer’s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer’s review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the Shop Drawings 01 33 02 - 8 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor’s markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is “Approved as Noted,” but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Noted” and “Resubmit with corrections made.” These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as “At Variance With” (AVW) the Contract Documents or other Shop Drawings 01 33 02 - 9 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as “Not Approved” if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. Shop Drawings 01 33 02 - 10 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer’s review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 01 33 03 - 1 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Submit Record Data for the following items: Items Record Data Description As Builts Submit As-built drawings to Architect after project completion Owner’s Manuals Provide Owner (2) sets of Owner’s Manuals to owner with warranties and certificates as required specifications. B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data 01 33 03 - 2 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data 01 33 03 - 3 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Record Data 01 33 03 - 4 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER’S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data 01 33 03 - 5 Community Park Development and Improvements – Parker Park (Bond 2012)– Project Number: E14005 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of “Filed as Received” and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked “Rejected” and “Submit Shop Drawing.” No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked “Rejected” and “Revise and Resubmit.” Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked “Rejected” and “Cancel - Not Required.” No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 01 33 04 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre-construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years’ minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule 01 33 04 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor’s program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re-submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule 01 33 04 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor’s plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule 01 33 04 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 01 33 05 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation 01 33 05 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 01 35 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence to minimize disruptions to Community Facility: 1. Provide access to other facilities existing to remain and not included for any work as part of this contract. Owner will continue to use these facilities for the duration of the construction. Coordinate with owner representative for any utility work that might cut services to the adjacent facilities. Owner will also coordinate with GC for all preparation for equipment installation and pour in place surfacing. B. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. C. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures 01 35 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR’S RESPONSIBILITIES A. Review the OPT’s Quality Management Program and prepare and submit the Contractor’s Quality Control Plan. B. Implement the Contractor’s Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT’s use in performing inspections and testing; Quality Management 01 40 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT’s Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor’s Quality Control Plan, the OPT’s Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor’s Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor’s Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management 01 40 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT’s acceptance; 4. Constitute or imply OPT’s acceptance; and 5. Affect the continuing rights of the Owner after OPT’s acceptance of the completed Work. D. Work is subject to OPT’s quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR’S USE OF OPT’S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT’s anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT’s quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor’s Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT’s quality assurance testing program deviates significantly from the OPT’s Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor’s Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor’s Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management 01 40 00 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) “Recommended Requirements for Independent Laboratory Qualifications.” B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management 01 40 00 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; l. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor’s Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor’s Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor’s Quality Control Plan. Do not begin Work until the Contractor’s Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management 01 40 00 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor’s Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor’s Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor’s Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor’s Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor’s Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor’s Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor’s Quality Control Plan or quality control personnel. Quality Management 01 40 00 - 7 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 E. Meet with the OPT 7 days after Contractor’s Quality Control Plan is submitted and before start of construction to discuss the Contractor’s Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR’S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management 01 40 00 - 8 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Temporary Facilities and Controls 01 50 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT’s field office and the Contractor’s field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT’s field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT’s field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 01 50 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. A field office is not required for this project. The Contractor however may bring to site a field office at their own cost if they so choose to do so. Contractor will be responsible for all cost associated with a field office including installation and utilities. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. Temporary Facilities and Controls 01 50 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor’s and the OPT’s field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi’s Water Conservation and Drought Contingency Plan as amended (the “Plan”). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. Temporary Facilities and Controls 01 50 00 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT’s field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT’s field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Controls 01 57 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled “STORM WATER QUALITY MANAGEMENT PLANS” and any other applicable Laws and Regulations. Temporary Controls 01 57 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre-construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls 01 57 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls 01 57 00 - 4 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner’s operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. NA. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than “well pointing” to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the Temporary Controls 01 57 00 - 5 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the [Corpus Christi Bay]. E. Testing of groundwater quality is to be performed by the Owner, at the Owner’s expense, prior to commencing discharge and shall be retested by the Owner, at the Owner’s expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact [Tilo Schmidt, Wastewater Pre-treatment Coordinator at 826-1817] to obtain a “no cost” permit from the Owner’s Waste Water Department. Owner will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. NA. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner’s requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner’s sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009 and TDI. The project structural engineer is to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new roofing, framing, anchorage etc. to the project structural engineer who is the windstorm engineer. Inspections required to conform with the requirements of the Texas Department of Insurance shall be performed by the project structural engineer. Temporary Controls 01 57 00 - 6 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Execution and Closeout Requirements 01 70 00 - 1 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer’s notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements 01 70 00 - 2 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements 01 70 00 - 3 Community Park Development and Improvements – Parker Park (Bond 2012) – Project Number: E14005 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION SECTION 021020 SITE CLEARING AND STRIPPING (S-5) 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing, and stripping of objectionable matter as required to complete the project and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubble and other objectionable matter as indicated on drawings and/or as directed by the Engineer. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground. Areas, which underlie compacted backfill, shall be stripped of all vegetation, humus and other objectionable matter encountered within the top 6" of the soil. All material removed from site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a site obtained by the Contractor. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, site clearing shall be measured by the acre. The payment shall include but not be limited to the removing and disposing of objectionable matter from site as indicated above. 021020 12/3/8 Page 1 of 1 SECTION 021040 SITE GRADING (S-6) 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with Standard Specification Section 021020 (Site Clearing and Stripping). Unless specified otherwise on drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with fill. Fill shall be uniform as to material, density, and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill, that is placed by dumping in a pile or windrow, shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade and in layers not in excess of 6 inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order test rolling to evaluate the uniformity of compaction. All irregularities, depressions, and soft spots which develop shall be corrected by the Contractor. Excess material from excavation that is not incorporated into the site as fill shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Site Grading shall be measured by the horizontal square yard. This item shall include, but not be limited to, supplying, placing, and compacting of fill material; and removing and disposing of excess material. 021040 Rev. 11/1/99 Page 1 of 1 022020 12/3/8 Page 1 of 3 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS (S-9) 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities and sewers required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the plans or permitted by the Engineer, all sewers, pipe, and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (Section 022022). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more the 200 feet of open trench left behind the trenching operation and no more then 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specification. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material develop or is encountered during the excavation, the following procedure shall be used unless other methods are called for on the plans. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inch minimum, for pipe less then 2 feet in height. Such excavation shall be carried at least 1 foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing, and bracing, any additional excavation and backfill required shall be done at the contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated in the plans and specification. (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit placing operation insure a relatively dry (no standing water), firm bed. The trench shall be 022020 12/3/8 Page 2 of 3 maintained in such dewatered condition until the trench has been backfilled to a height at lease one-foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by a well-points installation as conditions warrant. Removal of well-points shall be at rate of 1/3 per 24 hours (every third well-point). (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface shall be in accordance with plan detail, or as required by other applicable specifications. (5) Removing Old Structures. When old masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth of 1-foot below the bottom of the trench. When old inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth 1-foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through storm or sanitary sewers which are known to be abandoned, these sewers shall be cut flush with sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active sanitary sewer lines are cut in the trenching operations, temporary flumes shall be provided across the trench, while open, and the lines shall be restored when the backfilling has progressed to the original bedding lines of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed, by the Contractor, from the job site promptly following the completion of work involved. (8) Backfill A. Backfill Procedure Around Pipe All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable, shall be select material as described by Standard Specification 022100 "Select Material", free of large hard lumps, or other debris. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed six (6) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by mechanical tampers. A 022020 12/3/8 Page 3 of 3 thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe The backfill for that portion of trench over (1) foot above the pipe or conduit shall be selected excavated material free of hard lumps, rock fragments, or other debris, placed in layers not more than 6 inches in depth (loose measurement), wetted if required and thoroughly compacted by use of mechanical tampers to the natural bank density and not less than 95% Std. Proctor. Flooding of backfill is not allowed. Jetting of backfill will be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed one foot and density shall not be less than 95% Std. Proctor. A period of not less than twenty-four (24) hours shall lapse between the time of jetting and the placing of the top four (4) feet of backfill. When indicated on the plans or at utility line crossings that are under pavements, trenches shall be backfilled to the road base with “Hasty Backfill" cement-stabilized sand containing a minimum of 1.5 sacks of standard Type I Portland cement per cubic yard of sand. 3. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Excavation and backfill for utilities and sewers shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation is required. SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer from all damages and cost that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan as used herein shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be by as a lump sum for each special structure identified in the proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required providing for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety 022022 10/26/2000 Page 1 of 1 SECTION 022080 EMBANKMENT (S-13) 1. DESCRIPTION This specification shall govern all work for embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on plans the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to depth of not less than 6 inches. The loosened material shall be re -compacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed six inches uncompacted depth and the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer (6"). The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be featheredged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the plans, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density by any method, type and size of equipment which will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the plans. Swelling soils (soils with plasticity index of 20 or more) shall be sprinkled as required to provide not less than optimum moisture and 022080 12/3/8 Page 1 of 2 compacted to the extent necessary to provide not less than 95% Standard Proctor, AASHTO T99. Non -swelling soils (soils with plasticity index less than 20) shall be sprinkled as required and compacted to the extent necessary to provide not less than 95% Standard Proctor. Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests as necessary will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order test of the compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. If the subgrade, due to any reason or cause, loses the required stability, density or moisture, before the overlaying structure is placed, it shall be re - compacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer or granular material. Excessive loss of moisture shall be construed to exist when the subgrade soil moisture content is more than 2 percent below the optimum. Backfill adjacent to structures, pipe, etc. shall be as follows: Material for backfill shall be clean soil free of trash, vegetation, etc. The material is to be placed in layers not to exceed 6" and compacted to the density of the undisturbed soil adjacent to the structure, but not less than 95% Standard Proctor. Special care shall be taken to prevent any wedging action against the structure. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and use of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on plans, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more then 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Embankment shall be measured by the square yard in place or considered subsidiary to the applicable contract item as specified on the plans. Payment shall be at the bid price for the unit of measurement specified. 022080 12/3/8 Page 2 of 2 SECTION 022100 SELECT MATERIAL (S-15) 1. DESCRIPTION This specification shall govern the use of select material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be a mixture of sand and clay or other suitable granular material. The material shall be free from vegetation, debris and clay lumps. That portion of the select material passing a 40 -mesh sieve shall have a liquid limit of 45 maximum, a plasticity index range from 6 to 13, and a calculated linear shrinkage of 8.5 maximum. 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers not to exceed 6" loose depth. The material shall be brought to the wet side of optimum moisture content and compacted to a minimum of95% Standard Proctor Density or as specified on the drawings. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the plans. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 12/3/8 SECTION 022420 SILT FENCE (S-97) 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fences required to complete the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO m288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -Supported Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least 1 foot, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 in. and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 in. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self - Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 inches square. The fabric shall be attached to the top of the net at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6 -gauge, formed into an equilateral triangle cross- sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length & width) e. Chemical composition 3. MEASUREMENT & PAYMENT 022420 Rev. 12/3/8 Page 1 of 2 Unless indicated otherwise in the Proposal, Silt fences shall be measured, by the linear foot. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Rev. 12/3/8 Page 2 of 2 SECTION 023080 TIMBER FOUNDATION PILING (S-95) 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing timber piles required to complete the project. 2. EQUIPMENT Equipment used shall be of current design, safe, and of the required capacity and condition necessary to complete the project. The driving equipment shall meet the energy requirements set forth as follows: Average Pile Diameter (Inches) Minimum Energy Requirements (foot-pounds) 8 and less 7,000 8 to 18 15,000 Over 18 22,000 3. MATERIALS Piles shall be southern yellow pine of size and length indicated on the drawings, Piles shall be branded in accordance with A.W.P.A. Standard ML. Piles shall comply with physical requirements of ASTM D25 "Standard Specification for Round Piles". Foundation piles shall be treated in accordance with A.W.P.A. Standards C1-82 and C3-81 (or latest revision) to a minimum final retention of 12 pounds per cubic foot with creosote conforming to A.W.P.A. Standard P1-78 (or latest revision). 4. CONSTRUCTION METHODS It is the intent of this specification that all proposed piles be driven to the capacity indicated in the drawing while also achieving maximum penetration. The determination of the optimum amounts of jetting and driving shall be done by the Engineer during the pile driving operation. The Engineer will establish jetting and driving lengths that will result in minimal pile splicing. Each pile shall initially jetted to an elevation or depth indicated by the Engineer. The pile shall then be driven until it achieves the capacity indicated in the drawing. The bearing capacity, R (tons), of the pile shall be determined by the "Engineer News" formula given as follows: R = 2 (WxH) / (S+1) For Drop Hammer R = 2(WxH)/(S+.1) For Single -Action Steam Hammer R = 2E/(S+.1) For Double -Action Steam Hammer where: W = weight of hammer (tons) H = length of drop (feet) R = pile bearing capacity (tons) S = final driving penetration (inches per blow) 023080 10/29/2000 Page 1 of 2 If the pile is driven to the cut-off elevation and has achieved at least 80% of the specified capacity at the cut-off elevation, the pile shall be immediately spliced and driving continued until capacity is achieved. Splices shall not be allowed. Final trim shall be treated in accordance with A.W.P.A. M4-80. All piles (batter piles excluded) shall be driven vertically. Before beginning of the driving operation, lead shall be checked for plum. At cut-off, the piles shall not be over 3 inches from the position indicated on the drawing. It shall be the responsibility of the contractor to select appropriate hammer, pile caps, tips, etc., as required to place the pile. All piles damaged during handling or placement shall be replaced by the contractor at no additional cost to the City. The contractor shall cooperate with the Engineer during driving operation. No piling shall be driven in the absence of the Engineer. The contractor shall keep an accurate record of the pile driving operation. The records shall be kept on the jobsite by the contractor for the Engineer to review and shall be submitted to the Engineer, upon completion of the project. 5. CERTIFICATION & TESTING Piles shall be branded in accordance with A.W.P.A. Standard M6 (latest revision). Compliance with specifications regarding physical characteristics and preservative retention shall be verified by lab reports from an independent testing lab. The reports shall be delivered with the material shipment. Failure to comply with these specifications will be cause to reject the shipment. The City reserves the right to have additional lab testing performed prior to acceptance of materials. 6. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, piles will be measured by the linear foot along the centerline from he point at which the pile cut-off to the point of maximum penetration. Any length above cut-off elevation will not be measured for pay. Payment shall include, but not be limited to, transporting, storing, cutting, splicing, and placement of piles. 023080 10/29/2000 Page 2 of 2 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK, & DRIVEWAY REPLACEMENT (S-54) 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavement and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the plans, materials and proportions used along with this specification shall conform to the respective following specifications: 025220 "Flexible Base Caliche"; 025424 "Hot Mix Asphalt Pavement"; 025610 "Concrete Curb and Gutter"; and 025612 "Concrete Sidewalks and Driveways", Class "A" concrete per 030020 "Portland Cement Concrete"; 032020 "Reinforcing Steel"; 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with Specification "Excavation & Backfill Utilities and Sewers." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better or per pavement repair details in drawings. 6. REPLACING DRIVEWAY PAVEMENT on all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete minimum thickness of six (6) inches. The type of finish for section shall be the same as that appearing on the o Reinforcement shall be #4 bars at 12" each way. Any other t replaced with like or better replacement. slab with a the replaced ld pavement. ype shall be 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 welded wire fabric. Shell or asphalt sidewalks shall be replaced with caliche or asphalt surface. 025205 1/18/01 Page 1 of 2 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City Standard if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve original steel and reinforce all new curbs with 3 - #4 bars. Adjust grades for drainage. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter, where a shoulder is disturbed it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless indicated otherwise in the proposal, Pavement Repair shall be measured by the square yard, curb and gutter replacement shall be measured by the linear foot, sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and will include all labor, materials, equipment, tools and incidentals, required to complete the work. 025205 1/18/01 Page 2 of 2 SECTION 025610 CONCRETE CURB AND GUTTER (S-52) 1. DESCRIPTION This specification shall consist of Portland Cement combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the plans. 2. MATERIALS Unless otherwise specified on plans, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under specification, Section 030020 "Portland Cement Concrete". Reinforcing steel, if required, shall conform to the requirements as specified in the specification, Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in specification, Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade per typical cross section, and hand tamped and sprinkled. If dry, the foundation material shall be sprinkled lightly immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp and a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required and shall be rigidly attached to the outside forms. The reinforcing steel shall be placed in position as shown on the typical sections. Care shall be exercised to keep all steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premoulded or board joint of cross section specified for the curb and gutter and of the thickness indicated on the plans. After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on plans. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented, curing compound unless shown otherwise on plans. Other methods of curing as outlined in the specification, Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The curb and gutter shall be backfilled to the full height of the concrete, tamped and sloped as directed. 025610 11/30/2000 Page 1 of 2 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Concrete Curb and Gutter or Concrete Curb will be measured by the linear foot for each type of curb. Payment shall each be full compensation of preparing the subgrade; furnishing and placing all materials including reinforcing steel and expansion material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 11/30/2000 Page 2 of 2 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS (S-53) 1. DESCRIPTION The specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the plans. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under the specification Section 030020 "Portland Cement Concrete". Reinforcing steel, if required, shall conform to the requirements as specified in the specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be red wood or premoulded material meeting the requirements specified in the specification Section 038000 "Concrete Structures". Cap seal shall be Greenstreak or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross- section and, hand tamped and sprinkled. The subgrade shall be moist at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel, if required, shall be placed in position as shown on the plans. Care shall be exercised to keep all steel in its proper location. Sidewalks shall be constructed in sections of the lengths shown on plans. Unless otherwise provided by the plans, no section shall be a length less than 8 feet and any section less than 8 feet shall be removed by the Contractor at his own expense. The different sections shall be separated by a premoulded or board joint of the thickness shown on the plans, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion material shall be placed along their entire length. Similar expansion material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on plans. Sidewalks shall be marked into separate sections, each 4 feet in length, by the use of approved jointing tools. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in the specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 025612 1/9/9 Page 1 of 2 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Concrete Sidewalk and Driveway will be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways as indicated in the plans. Payment shall each be full compensation for preparing the subgrade; for furnishing and placing all materials, including all reinforcing steel and expansion joint materials; and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 1/9/9 Page 2 of 2 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be class "A" in accordance with Section 030020 of the Standard Specifications. Reinforcement shall be 4x4 - W2.9 welded wire fabric in accordance with Section 032020 of the Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade, cross section, and shall be of uniform density and moisture, when concrete is placed. The subgrade shall be hand tamped and sprinkled to achieve the desired consistency and uniform support. Ramps shall be constructed of Class A concrete to line and section as shown on the plans. Unless shown otherwise on the Drawings, ramps shall have a minimum concrete thickness in excess of 4", prior to application of exposed aggregate surface texture. Slopes, 5, shall be as follows unless shown otherwise on the Drawings: RAMPS Ramp in direction of travel S < 1:12 Side slope of ramp (flare) S < 1:10 Cross Slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp S < 1:20 Driveways abutting tied sidewalk S < 1:10 Width of ramp shall be 36", exclusive of flare, unless shown otherwise in the Drawings. No ramp shall be less than 36" wide. Obstructions shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Surfacing shall be the little domes. Surfacing shall be flush with abutting areas. Surfacing shall be subsidiary work and not be measured for separate pay. Abutting curbs, sidewalks, gutters, driveways, etc. shall not receive granite surfacing. Pavement Markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of striping with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section, and grade and shall be free of loose granite surfacing and irregularities. 025614 1/9/9 Page 1 of 2 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Measurement shall include, but not be limited to subgrade prep, form -work, concrete, rebar, surfacing, borders, molding and curing required to complete the curb ramp. Payment shall include all labor, materials, equipment and other incidentals required to complete the concrete curb ramp complete in place and will be made at the unit price bid for Concrete Curb Ramps when included in the proposal. 025614 1/9/9 Page 2 of 2 SECTION 030020 PORTLAND CEMENT CONCRETE (S-40) 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland Cement conforming to ASTM Designation: C 150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter - Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the tensile or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60E F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor than 1000 parts million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before 030020 Rev 7/7/94 Page 1 of 12 use in structural concrete. Tests shall be made in accordance with the "Standard Method of Test for Quality of Water to be used in Concrete" (AASHO Method T-26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent of weight of laminated and/or friable particles when tested in accordance with Test Method Tex -413.A. It shall have a wear of not more than 40 percent when tested in accordance with Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on each Sieve Aggregate Nominal 22 2 1- 1 3/4 1/2 3/8 No. No. Grade No. Size In. In. 2 In. In. In. In. 4 8 In. 1 2 in. 0 0 95 15 60 to to 100 20 to to 50 80 2 (467) * 1-2 in. 0 70 95 0 30 to to 90 100 to to 5 65 4 (57)* 1 in. 0 90 95 0 40 to to to 100 100 5 to 75 8 3/8 in. 0 0 35 90 to to to 5 80 100 030020 Rev 7/7/94 Page 2 of 12 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (Test Method Tex -408-A), it shall not show a color a darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combinations of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. Table 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate 3/8 No. No. No. No. No. No. No. Grade No. In. 4 8 16 30 50 100 200 1 0 0 to 0 to 15 to 35 to 70 to 90 to 97 to 5 20 50 75 90 100 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex - 203 -F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For Class A and C and E Concrete, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. 030020 Rev 7/7/94 Page 3 of 12 (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency. (a) Retarding and Water Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C 494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90E F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air Entraining Admixture. The admixture shall met the requirements of ASTM Designation: C 260 modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT 030020 Rev 7/7/94 Page 4 of 12 All cement shall be stored in well ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stock piles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stock piles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used it shall be weighed separately but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a Coarse Aggregate Factor acceptable to the Engineer, for the class (es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirement contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve him of 030020 Rev 7/7/94 Page 5 of 12 providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all the proposed ingredients prior to the placing of concrete, and when the aggregate and/or brand of cement or admixture are changed. Trial batches shall be made in the mixer to be used on the job. When Transit Mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregate. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as temporary measure until the redesign is checked. Water reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1-1/2 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water reducing or retarding agent or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the difference aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Rev 7/7/94 Page 6 of 12 Concrete Designation TABLE 3 Slump Requirements Desired Slump Max. Slump Structural Concrete (1) Thin -Walled 4 5 Sections (9" or less) 3 4 (2) Slabs, Caps, Columns, Piers, Wall Sections 5 6 9", etc. 2.5 4 Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Con cre to NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water cement ration, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimen will be tested in accordance with Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified on the plans. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams of cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. 030020 Rev 7/7/94 Page 7 of 12 The Contractor shall provide and maintain curing facilities as described in Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70E F and 90E F. When control of concrete quality is by twenty-eight day compressive tests, job control will be by seven day compressive tests which are shown to provide the required twenty-eight day strength, based on results from trial batches. If the required seven day strength is not secured with the cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Class Min. Comp Min. Beam Max. Water Coarse of Sx. Cement Strength Strength Cement Aggr. Concret per C.Y. (f'c) 7 Day psi Ratio No. e 28 Day psi A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, pier and bent concrete) **Grade 1 coarse Aggregate may be used in foundation only (except cased drilled shafts) ***When Type II Cement is used with Class C Concrete, the 7 day beam break requirement will be 550 psi; with Class A, 460 psi. min. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in specifications, Section 038000 "Concrete Structures", Article "Placing Concrete General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stock piles. Aggregate stock piles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT (a) All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work under way without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of 030020 Rev 7/7/94 Page 8 of 12 these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement, and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced by new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site, in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specifications items and concrete not meeting the slump, workability and consistency requirements of the governing specification item shall not be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer 030020 Rev 7/7/94 Page 9 of 12 operating at agitator or a truck mixer operating at agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revisions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 or more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixer: In addition, truck mixers shall comply with the following requirements: 030020 Rev 7/7/94 Page 10 of 12 An engine in satisfactory working condition and capable of accurately growing the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified rpm will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum as specified in "Part A" above may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one-fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. 030020 Rev 7/7/94 Page 11 of 12 A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed, will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one nor more than 5 rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with the specification, Section 038000 "Concrete Structures". 13. MEASUREMENT & PAYMENT The quantities of concrete of the various classifications which will constitute the completed and accepted structure of structures in place will be measured by the cubic yard, each, square foot, square yard, or linear foot as the case may be. Measurement will be as shown on the plans and in the proposal. Unless indicated otherwise in the proposal, payment shall be compensation for finishing, hauling, and mixing all concrete material; placing, curing and furnishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification; and for all forms and falsework, labor, tools, equipment, and incidentals necessary to complete the work. 030020 Rev 7/7/94 Page 12 of 12 SECTION 032020 REINFORCING STEEL (S-42) 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 40, 60 and 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grades 40 and 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM, Designation: A 306, Grade 65 minimum (Referenced to ASTM Designation: A 29 is voided. Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 40 or 60, except for deformations. Wire shall be cold -drawn from rods that have been hot -rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of these specifications are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel, when it is to be welded. The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification is as follows: Nominal Bar Size Diameter Nominal Area Weight Per Number In. Sq. In. Linear Foot 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 032020 Rev. 5/18/0 Page 1 of 5 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars above No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter Gauge Diameter Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90E and greater in stirrups, ties and other secondary bars that enclose another bar in the bend. Grade 40 Grade 60 #3, #4, #5 3d 4d #6, #7, #8 4d 5d All bends in main bars and in secondary bars not covered above. Grade 40 Grade 60 Grade 75 #3 thru #8 5d 6d #9, #10 5d 8d #11 5d 8d 8d #14, #18 10d 10d 032020 Rev. 5/18/0 Page 2 of 5 4. TOLERANCES Fabricating Tolerances for bars shall be within 3% of specified or as follows: Pion Dimen. a 3/4" 7/8" Bar or Smaller --Plan. Damen. ; 1/2" 1" Bar or Larger --Plan_ Damen. *I" * 3/4" H= over 6`e--Oimeee.+ Zero or -1/2" 14 s 6" and less-Oimen. • Zero or -i/4 7/8" Bar or Smaller --Pian Damen.* i,Y 1" Bar or Larger — Plan Damen. a 1" Spiral or Circular Tie Tie ar Stirrup Plan Dimen.il 5. STORING IFion Oieneet * 1/21 Steel reinforcement shall be stored above the surface of the ground upon platforms, skids, or other supports and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross-sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices not provided for on the plans will be permitted, but not included for measurement, in Grade 40 bars only, sizes No. 8 and smaller, subject to the following: For bars exceeding 40 feet in plan length, the distance center to center of splices shall not be less than 40 feet and no individual bar length shall be less than 10 feet. Splices will not be permitted in bars less than 40 feet in plan length. Splices which are not shown on the plans, but permitted hereby, shall be made in accordance with Table 1 below. The specified concrete cover shall be maintained at such splices and the bars placed in contact and securely tied together. 032020 Rev. 5/18/0 Page 3 of 5 Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars will be staggered a minimum of two splice lengths. Lap TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where d = Bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship, and inspection shall conform to the requirements of the plans and of the specification, Section 050200 "Structural Welding". All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars, shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 diameter lap with the new bars. For extensions with more than one foot of fill, a minimum of 6 inch lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses, shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch. Vertical stirrups shall always pass around the main tensions members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be sited at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only, need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Pre -cast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or cotton mats for a period of 72 hours. 032020 Rev. 5/18/0 Page 4 of 5 The blocks shall be cast in the form of a frustrum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars, or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Reinforcing steel is considered subsidiary to the various items shown in the proposal and shall not be measured and paid for as a separate item. 032020 Rev. 5/18/0 Page 5 of 5 SECTION 038000 CONCRETE STRUCTURES (S-41) 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of the specification, "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans, or by pertinent governing specifications. (2) Expansion Joint Material (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. At the Contractor's option, the material shall be one of the following types, unless otherwise noted on the plans: 1. "Preformed Bituminous Fiber Materials" shall meet the requirements of the Standard Specifications for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction, ASTM Designation: D1751. 2. "Preformed Non -Bituminous Fiber Material" shall meet the requirements of the Standard Specifications for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction, ASTM Designation: D1751, except that the requirements pertaining to bitumen content, density and water absorption shall be voided. (b) Joint Sealing Materials. Unless otherwise shown on the plans, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressible. The material shall not crack or break when exposed to low temperatures. 1. Class 1-a. (Two component, Synthetic Polymer, Cold Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self leveling. It shall cure sufficiently at an average temperature leveling. It shall cure sufficiently at an average temperature of 77F +/- 3F maximum of 24 hours. For performance requirements see under b-2 below. 2. Class 1-b. (Two component, Synthetic Polymer, Cold Pourable, 038000 Rev 2/20/9 Page 1 of 17 Self Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77F +/- 3 F maximum of 3 hours. Performance Requirements. Class 1-a and 1-b, when tested in accordance with Test Method Tex -525-C, shall meet the above curing times and requirements as follows: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 F. Penetration, 77 F. 150 gm. cone, 5 sec , max. -cm Bond and Extension 75%, 0 F, 5 cycles Dry Concrete Blocks Wet Concrete Blocks Steel Blocks...(Primed Flow at 200 F 0.90 Pass Pass if specified by Manuf.). Pass None Water Content % by weight, max 5.0 Resilience Original sample min. % (cured) 50 Oven aged at 158 F min. % 50 For Class 1-a Material Only Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches. (b) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed -cell neoprene particles, rebonded and molded into sheets of uniform thickness of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D1752, Type 1 where applicable: PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation ASTM ASTM ASTM ASTM ASTM ASTM METHOD D1752 D1752 D1752 D1752 D1752 D1752 Type Type Type Type Type Type 038000 Rev 2/20/9 Page 2 of 17 1 1 1 1 1 1 REQUIREMENT Black 40 PCF Min 90% Min. 50 to 500 psi 0.25 In. Max. 20 psi Min. 75% Min The manufacturers shall furnish the Engineer with certified test results as to the compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials (a) Membrane curing materials shall comply with the "Standard Specification Liquid Membrane -Forming Compounds for Curing Concrete", ASTM Designation: C 309, Type 1 clear or translucent, or Type 2 white pigmented. The material shall have a minimum flash -point of 80 F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours or more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface, at the rate of coverage specified herein, dry to touch in not more than 4 hours and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be 038000 Rev 2/20/9 Page 3 of 17 constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term monolithic placement shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other 038000 Rev 2/20/9 Page 4 of 17 materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the State Department of Highways and Public Transportation for the design of structures. Commercially produced structural units used in form work shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted for use in checking form work details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch. Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. 038000 Rev 2/20/9 Page 5 of 17 Plywood used for forming surfaces which remain exposed shall be equal to that specified as B -B Plyform Class I or Class II Exterior of the U. S. Department of Commerce, National Bureau of Standard, latest edition. Forms or form lumbers to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred or has defects that will produce inferior work shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Walls shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of walls shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-fourths inch on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations 038000 Rev 2/20/9 Page 6 of 17 where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms as regard to design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the specification, Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I -beams or girders. 7. PLACING CONCRETE -GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 F. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch, and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Non -Agitated Concrete Up to 80 F Over 80 F Agitated Concrete 90 F or above 75 F to 89 F 35 F to 74 F 038000 Rev 2/20/9 Page 7 of 17 Maximum Time 30 minutes 15 minutes 45 minutes 60 minutes 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of form work and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done in daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finish work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical down- spouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clean of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working 038000 Rev 2/20/9 Page 8 of 17 it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placement of concrete. Authorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Opening in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. A11 forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be provided for emergency use in addition to the ones required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and through working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at point 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing or mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has taken its initial set, at least one curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER 038000 Rev 2/20/9 Page 9 of 17 (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 F, and/or the aggregate temperature shall not exceed 150 F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 F and 85 F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 F or above for a period of 72 hours from time of placement and above 40 F for an additional 72 hours. (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimen will be made and cured with the placement to ascertain the condition of the concrete as placed prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. 038000 Rev 2/20/9 Page 10 of 17 (b) Steam heat shall keep the air surrounding the concrete between 50 F and 85 F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification will apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. Its surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one nor more than 2 hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonable smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE 038000 Rev 2/20/9 Page 11 of 17 Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal courses will be permitted after the caissons or cofferdams are free from water and the seal course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing in which case measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All uniformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish or; may be stripped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and stripped with a fine brush leaving a fine grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times, and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one -sixteenth inch in depth shall be filled with fresh concrete 038000 Rev 2/20/9 Page 12 of 17 and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. A broom finish shall be applied with longitudinal screeding. A broom or burlap drag finish shall be applied with transverse screeding. Unless otherwise specified, the burlap drag shall consist of four or more layers of 10 -ounce burlap fabric, free of seams, dirt or hardened concrete. It shall be kept wet when in use and it shall be drawn over the surface in as many passes as required to produce the desired texture depth. Broom finishes shall be applied with stiff bristled brooms. The Contractor shall have on hand at all times brooms for the purpose of providing the desired texture depth when surface conditions are such that the burlap drag will not provide it. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 -inches with a minimum texture depth of 0.030 -inches for any one test when tested in accordance with Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 foot straight -edge. The straight -edge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straight -edge to the surface of the slab shall not exceed one -eight of an inch, making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts, and shall have the proposed method, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities therefore shall be cause for the Engineer to stop all construction on the job until remedial action is taken. A11 concrete shall be cured for a period of 4 curing days except as noted herein. EXCEPTIONS TO 4 -DAY CURING Description Required Curing Top slabs of Direct Traffic 8 curing days (Type I or III) cement 038000 Rev 2/20/9 Page 13 of 17 Culverts 10 curing days (Type II cement) Concrete Piling (non -prestressed) 6 curing days When the air temperature is expected to drop below 35 F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 F for at least 19 hours, (colder days if satisfactory provisions are made to maintain the temperature at all surfaces of the concrete above 40 F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification, Section 030030 "Concrete for Structures". Sea water will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats, anchored positively to the forms, or to the ground, so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This method shall consist of overlapping sprays or sprinklers that keeps all unformed surfaces continuously wet. (c) Ponding. This method requires the covering of the surfaces with a minimum of two inches of clean granular material, kept wet at all times, or a minimum of one -inch depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated sand. 038000 Rev 2/20/9 Page 14 of 17 (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalk, driveways, medians, islands, concrete riprap, cement stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1 or Type 2 membrane curing compound may be used where permitted except that Type 1 (Resin Base Only) will be permitted for slab concrete in bridge decks and top of direct traffic culverts. STRUCTURE UNIT DESCRIPTION 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.)Other superstructure concrete (wing walls, parapete walls, etc.) TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE WATER FOR FOR INTERIM WATER FOR FOR INTERIM CURING CURING CURING CURING X 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, X* X* driveways, medians, islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box X* X* sewers, inlets, manholes, retaining walls *Polyethylene sheeting, burlap polyethylene mats or laminated mats to 038000 Rev 2/20/9 Page 15 of 17 prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. Membrane curing shall be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of applications of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand - powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface and if the surface of the concrete has become dry, it shall be thoroughly moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes, or other defects; or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one 038000 Rev 2/20/9 Page 16 of 17 of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day when Type I and Type II cement is used, and not less than one-half day when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the Standard Specifications for the respective items or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 17. MEASUREMENT AND PAYMENT No direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract. 038000 Rev 2/20/9 Page 17 of 17 SECTION 050200 WELDING (S-43) 1. DESCRIPTION This specification shall govern for the field welding of structural steel and reinforcing steel. Provisions are made herein for the welding of the types of steel listed in Table 1, using the manual shielded metal -arc process, semi-automatic (manual) gas metal -arc welding and flux cored arc welding processes. Other welding processes may be permitted with the specific approval of the Engineer and with qualification of the welding procedure. 2. STRUCTURAL STEEL GENERAL Final welds including tack welds to be incorporated therein shall be by a certified welder. Certification being previously certified by tests as prescribed in the "Code for Welding in Building Construction," ASW D1.0-69, of the American Welding Society to perform the type of work required. Miscellaneous welds may be made by a qualified welder, qualified welder being an experienced welder who is capable of making good welds of sound quality, but does not have certification papers. Miscellaneous welds being, welds that have no load carrying capacity in the completed structure. Tack welds shall be cleaned and fused thoroughly with the final weld. Defective, cracked or broken tack welds shall be removed. Welds shall be as required by the contract or erection drawings. The location or size shall not be changed without approval of the Engineer. The welder shall place his identification mark with crayon or paint near the groove welds made by him. No welding will be allowed when the air temperature is lower than 20E F, when surfaces are wet or exposed to rain, snow, or wind, or when operators are exposed to inclement conditions that will hamper good workmanship. Any moisture present at the point of welding shall be driven off by heat before welding commences. Windbreaks shall be required for the protection of all welding operations. There shall be no temporary welds for transportation, erection or other purpose on main members, except at locations more than one-sixth the depth of the web from the flanges of beams and girders, as approved by the Engineer. On A514 steel, all grove welds in main members and in flanges of beams and girders subject to tensile stress or reversals of stress shall be finished smooth and flush on all surfaces, including edges, by grinding in the direction of applied stress, leaving the surfaces free from depressions. Chipping may be used provided it is followed by such grinding. Parts joined by groove welds connecting plates of unequal thickness or width shall have a smooth transition between offset surfaces at a slope not greater than one in four with the surface of either part. The surfaces shall be ground so that the radii at the points of transition will be 4 inches minimum. All groove welds, except when produced with the aid of backing, shall have the root of the initial weld gouged, chipped or otherwise removed to sound metal before welding is started from the second side, except that back gouding will not be required when welding steel piling or armor joints with E 6010 electrodes. The backside shall be thoroughly cleaned before placing back-up pass. When backing for welds are left in place to become a part of the structure, it shall 050200 Rev 5/19/0 Page 1 of 11 be a single length insofar as possible. Where more than a single length is needed, they shall be jointed by full penetration butt welds. The surfaces of this butt weld shall be ground flush as necessary to obtain proper fit -up in the weld joint. Before welding over previously deposited metal, all slag shall be removed, and the weld and adjacent base metal shall be cleaned. This requirement shall apply equally to successive layers, successive beads and the crater area. Arc strikes outside the area of permanent welds must be avoided on all steels. Where they do occur, resulting cracks and blemishes shall be ground out to a smooth contour and checked to insure soundness. Stringer bead technique shall be used where possible for groove welds on all types of steel. Weaving will not be permitted for A514 steel except in welding vertically upward, when a weave not exceeding two electrode diameters is permissible for manual shielded metal -arc welding. In all welding processes, the progression for all passes in vertical welding shall be upward using a back step sequence. Groove welds shall begin and terminate at the ends of a joint on extension bars. Edge preparation and thickness of extension bars shall be the same as that of the member being welding and shall extend a minimum of three-fourths inch beyond the joint. Extension bars shall be removed with a cutting torch upon completion and cooling of the weld, and the flange edges shall be smooth. Any defects exposed by the grinding shall be cleaned, filled with weld metal, and reground to a uniform finish. All grinding shall be parallel to the flange. Excess grinding of the parent metal shall be avoided. 3. FILLER METAL Electrodes for manual shielded metal -arch welding shall conform to the requirements of the latest edition of "Specifications for Mild Steel Covered Arc -Welding Electrodes", AWS A5.1, or to the requirements of the latest edition of "Specification for Low Alloy Steel Covered Arch -Welding Electrodes," AWS A5.5. All electrodes and combination of electrode and shielding for gas metal -arc welding for producing weld metal with a minimum specified yield point not exceeding 60,000 psi shall conform to the requirements in the latest edition, "Specification for Mild Steel Electrodes for Gas Metal -Arc Welding," AWS A5.18, or "Specification for Mild Steel Electrodes for Flux Cored Arc Welding," AWS A5.20, applicable for the classifications producing weld metal having a minimum impact strength of 20 ft. -lb., Charpy V -notch, at a temperature of OE F or below. For weld metal with a minimum specified yield strength exceeding 60,000 psi, the Contractor shall demonstrate that each electrode and flux or combination of electrode and shielding medium proposed for use will produce low alloy weld metal having the mechanical properties listed in Table A. The mechanical properties shall be determined from a multiple pass weld made in accordance with the test requirements of the latest edition of AWS A5.18 or AWS A5.20 as applicable. TABLE A Required Mechanical Properties 050200 Rev 5/19/0 Page 2 of 11 GMAW FCAW Tensile Yield Elongation, % Impact Grade Grade Strength Strength in 2 inches Strength psi - Min psi - Min Min ft -lb @ OF -Min E8OS E8OT 80,000 65,000 18 20 E9OS E90T 90,000 78,000 17 20 E100S E100T 100,000 90,000 16 20 E110S E11OT 110,000 98,000 15 20 The mechanical property tests for Grades EllOS, E110S, E100T and EllOT shall be made using ASTM A 514 base material. Class of electrode required will be as shown in Table A. Electrodes shall be used with the type of current, the polarity and in the positions permitted by AWS A5.1 and A5.5 for manual shielded metal -arc welding. AWS A5.18 and A5.20 Specifications shall govern for gas metal -arc welding and flux cored arc welding. Type of Steel Steel Piling TABLE 1 CLASSIFICATION OF ELECTRODES PERMITTED Main Members Groove & Fillet Welds Secondary Members Groove & Fillet Welds E6010 E60T-8 E60XX E70S-6 E6011 E70D-1B E70XX E70U-1 A53 Pipe, A500 E7015 E70S-2 E70S-1B E60T-8 A501 Armor Joints E7016 E70S-3 E70S-2 E7018 E70S-6 E70S-3 E -70U-1 A36 E7015 E703 -1B E7015 E70S-1B A441 E7016 E70S-2 E7016 E70S-2 A572 -Grades 42 E7018 E70S-3 E7018 E70S-3 thru 50 E70U-1 E70S-6 E70T-1 E70S-6 A588 E70T-5 E70S-6 E70T-5 E70U-1 A242(Deck E70T-6 Plates) API A514 E11018M E11018M E11OS E11OT E11OS E11OT Reinforcing Steel E7015 E7016 E7018 050200 Rev 5/19/0 Page 3 of 11 A572 Grades 60 and 65 for Light Towers E8015 E8016 E8018 Grades E80S or E80T 1. Use of the same type electrode with the next higher mechanical properties, in accordance with AWS A5.1 or A5.5, than those listed will be permitted. 2. In joint involving base metals of difference yield points or strengths, low hydrogen electrodes applicable to the lower strength base metal may be used. Before use, all electrodes with low hydrogen coverings conforming to AWS A5.1 shall be dried for not less than two hours between 450E and 500E F and electrodes with low hydrogen coverings conforming to AWS A5.5 for not less than one hour at a temperature between 700E and 800E F. Immediately after drying, electrodes shall be stored in ovens held at a temperature of at least 250E F. E70 electrodes not used within four hours, E80 within two hours and E110 within one-half hour after removal from the storage oven shall be redried before use. Electrodes which have been wet or with cracked or otherwise damaged flux shall not be used. When used for welding A514 steel, electrodes shall be dried at least one hour at temperatures between 700E and 800E F before being used. Electrodes shall be redried only once. Suitable facilities for drying and storage of electrodes shall be furnished at the job site, along with thermometers for checking and controlling the oven temperature. In humid atmospheres, the times allowed for use without redrying may be reduced. When gas or gas mixture is used for gas metal -arc or flux cored arc welding, it shall be of a welding grade having a dew point of -40E F or lower. The gas manufacturer shall furnish certification to the Engineer that the gas or gas mixture is suitable for the intended application and will meet the dew point requirements. Welding wire coils removed from the original package shall be protected or stored to keep their characteristics or welding properties intact. Rusty coils, or portions of coils that are rusty shall not be used. 3. Preheat Preheat ahead of welding both groove and fillet welds (including tack welding) will be required as shown in Table 2. Any moisture present at the point of welding shall be driven off by preheating before welding begins. When the base metal is below the required temperature, it shall be preheated so the parts being welded are not less than the specified temperature within 3 inches of the point of welding. Preheat and interpass temperatures must be sufficient to prevent crack formation. The preheat temperatures shown are minimum and higher preheats may be necessary in highly restrained welds. Preheating equipment shall be adequate to maintain the entire joint at or above the specified temperature. When possible, a joint shall be completely welded before it is allowed to cool below the specified temperature but shall always be welded sufficiently to prevent cracking before cooling is permitted. Usually preheat and interpass temperatures shall not exceed 400E F for thickness up to 1 1/2 inches and 450E F for greater thickness. These temperatures shall never be 050200 Rev 5/19/0 Page 4 of 11 exceeded on A514 steel. The welder shall have and use approved equipment for checking preheat and interpass temperatures at all times while welding is in progress. For all groove welds, preheat temperature shall be measured on the side opposite to which the heat is applied at points about three inches away from the joint. Thickness of Thickness Part at Point of Welding To 3/4, incl. Over 3/4 to 1 2, incl. Over 1 2 to 2 2, incl. Over 2 2 TABLE 2 MINIMUM PREHEAT AND INTERPASS TEMPERATURE FOR MANUAL SHIELDED METAL -ARC WELDING, FLUX CORED ARC WELDING OR GAS METAL -ARC WELDING MANUAL OR SEMI-AUTOMATIC GAS METAL -ARC WELDING, FLUX CORED ARC WELDING OR MANUAL SHIELDED METAL -ARCH WELDING With Low Hydrogen Electrodes ASTM A 36: A 242; A 441 A 572 Grades 42, 45, and 50; A 588 50F 70F 150F 225F ASTM A 514 50F 125F 175F 225F 1. These temperatures are the minimum required for the thinner material shown for each increment and higher preheat on a step basis will be required for the thicker material within each increment. Preheat and interpass temperatures must be sufficient to prevent crack formation. Temperature above those shown may be required for highly restrained welds. 2. When E7010 electrodes are permitted for tacking or temporary root pass, the material shall be preheated to 400E F. 3. When joining steels of different strengths or thickness with groove welds, the preheat and interpass temperature for the higher strength steel and the average plat thickness shall be used. For fillet welds, the preheat shall be used for the higher strength steel and the thickest plate being welded. 4. When the base metal temperature is below 32E F preheat to at least 70E F and maintain this minimum temperature during welding. 5. Heat input when welding A514 steel shall not exceed the steel producers' recommendations. 4. QUALITY OF WELDS Weld metal shall be sound throughout. There shall be no cracks in any weld or weld pass. There shall be complete fusion between the weld metal and the base metal and between successive passes throughout the joint. Welds shall be free from overlap and the base metal free from undercut more than one 050200 Rev 5/19/0 Page 5 of 11 one-hundredth inch deep when its direction is transverse to the primary stress in the part that is undercut. Undercut shall not be more than one thirty-second inch deep when its direction is parallel to the primary stress in the part that is undercut. All craters shall be filled to the full cross section of the welds. All welds on A514 steel shall be visually examined for longitudinal or transverse cracks not less than 48 hours after completion of the welding. 5. CORRECTIONS When welding is unsatisfactory or indicates inferior workmanship, the following corrective measures will be required by the Engineer whose specific approval shall be obtained for making each correction. When requirements prescribe the removal of part of the weld or a portion of the base metal, removal shall be by oxygen gouging or arc -air gouging. Oxygen gouging shall not be used on A514 steel. All surfaces shall be ground after arc -air gouging. Backgouging of splices in beams and girders or cutouts of defective welds shall be done by a welder qualified to make beam and girder splices. Where corrections require the deposition of additional weld metal, the sides of the area to be welded shall have sufficient slope to permit depositing new metal. Defective or unsound welds shall be corrected either by removing and replacing the entire weld, or as follows: Excessive convexity. Reduce to size by grinding off the excess weld metal. Shrinkage cracks, cracks in base metal, craters and excessive porosity. Remove defective portions of base and weld metal down to sound metal and replace with additional sound weld metal. Undercutting, undersize, and excessive concavity. Clean and deposit additional weld metal. Overlapping and incomplete fusion. Remove and replace the defective portion of weld. Slag inclusions. Remove the parts of the weld containing slag and replace with sound weld metal. Removal of an adjacent base metal during welding. Clean and form full size by depositing additional weld metal. Where corrections require the deposition of additional weld metal, the electrode used shall be smaller than that used for making the original weld. Surfaces shall be cleaned thoroughly before rewelding. A cracked weld shall be removed throughout its length, unless the extent of the crack can be ascertained to be limited, in which case the weld metal shall be removed 2 inches beyond each end of the crack and repairs made. Where work performed after the making of a deficient weld has made the weld inaccessible or has caused new conditions making the correction of the deficiency dangerous or ineffectual, the original conditions shall be restored by removal of welds or members, or both, before making the necessary 050200 Rev 5/19/0 Page 6 of 11 corrections, or else the deficiency shall be compensated by additional work according to a revised design approved by the Engineer. Improperly fitted and misaligned parts shall be cut apart and rewelded. Members distorted by the heat of welding shall be straightened by mechanical means or by the carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200E F as measured by Tempil- sticks or other approved methods for steel up to 65,000 psi yield strength. Parts to be heat straightened shall be substantially free of stress from external forces, except when mechanical means are used in conjunction with the application of heat. Heat straightening of A514 steel shall be done only under rigidly controlled procedures, subject to the approval of the Engineer. In no case shall the maximum temperature of the steel exceed 1100E F. Sharp kinks and bends shall be cause for rejection of the material. 6. RADIOGRAPHIC INSPECTION A11 grove welds designed to carry primary stresses shall be subject to radiographic inspection. When subjected to such inspections, the presence of any of the following defects in excess of the limits indicated will result in rejection of the defective weld until corrected. 1. Sections of welds shown to have any cracking, regardless of length or locations, incomplete fusion, overlapping, or inadequate penetration shall be judged unacceptable. 2. Inclusions less than one -sixteenth inch in greatest dimension including slag, porosity and other deleterious material, shall be permitted if well dispersed so that the sum of the greatest dimensions of the inclusions in any linear inch of welded joint shall not exceed three -eights inch. 3. Inclusions one -sixteenth inch or larger in greatest dimension shall be permitted provided such defects do not exceed the limits shown on Figure 1 or in paragraph (2) above. 4. There shall be no inclusion greater than one -sixteenth inch within one inch of the edge of part or member at the join or point of restraint. FIGURE 1 STANDARDS FOR ALLOWABLE INCLUSIONS 050200 Rev 5/19/0 Page 7 of 11 1 1/2 CO W = 1 1/4 U laaCf,y lu I ▪ CO WSLa 3/4 1— ▪ O W 1/2 LEco I— Ia. 1/4 0 NOTES: STANDARDS FOR ALLOWABLE INCLUSIONS 1/2 (1 ) PROJECT (A) HORIZONTALLY TO (B) (2) PROJECT INTERSECT1ON VERTICALLY TO (C) O 1/2 1 1/2 2 2 1/2 3 3 1/2 C— MINIMUM CLEARANCE MEASURED ALONG THE LONGITUDINAL AXIS OF THE WELD BETWEEN EDGES OF POROSITY OR FUSION - TYPE DEFECTS ( INCHES ) (LARGER Or ADJACENT DEFECTS GOVERNS) 4 4 1/2 1. The distance from the edge of an inclusion to the edge of a plate or to any intersecting weld shall be equal to or greater than the clearance between inclusion. 2. Inclusions with any dimension greater than 1/2 inch are not acceptable. 3. For joint thickness greater than 1-1/2 inches, the minimum allowable dimension and spacing of inclusions shall be the same as for 1-1/2 inch joints. 4. Values of (B) obtained by projecting horizontally from (A) are maximum value. Any value of (B) smaller than the maximum is satisfactory. 5. Values of (C) obtained by projecting vertically from (B) are minimum values. Any value of (C) larger than the minimum is satisfactory. Radiographic inspection shall be made of A514 steel not less than 48 hours following the completion of the welding. For other steels, nondestructive inspection may begin immediately after welding and cleaning or grinding is completed. Definitions: Porosity signifies gas pockets or any similar generally globular type voids. Fusion -type defect signifies slag inclusions and similar elongated defects. 7. REINFORCING STEEL GENERAL Provisions are made herein for the welding of reinforcing steel by the manual shielded metal -arc process. Other processes may be permitted with the specific approval of the Engineer or may be specified on the plans. Splicing of reinforcing steel by welding shall be done only at locations approved by the Engineer. 050200 Rev 5/19/0 Page 8 of 11 8. BASE METAL Reinforcing steel to be welded shall be new billet steel conforming to ASTM Designation: A615. and shall also conform to the following chemical composition: Maximum Carbon 0.40 Percent Maximum Manganese 1.30 Percent 9. FILLER METAL Low hydrogen electrodes as specified in Table 1 will be required for all welding or reinforcing steel. Drying of electrodes shall be as specified in Article, "Filler Metal" for Structural Steel. 10. PREHEAT AND INTERPASS TEMPERATURE Minimum preheat and interpass temperatures shall be as shown in Table 3. CARBON RANGE TABLE 3 NO. 7 & SMALLER NO. 8 & LARGER Up to and including 0.30 None 100 0.31 to 0.35 inclusive None 150 0.36 to 0.40 inclusive 100 250 Unknown 250 400 For widening projects, use carbon content and bar size of new steel to determine preheat required. 11. JOINT TYPES For all bars No. 8 and larger, butt splices will be required. For No. 7 bars and smaller, lap splices will be required. Fillet welds in lap splices shall be minimum of 4 inches in length and shall be welded on each side of the lap joint. For bars No. 5 and smaller, welding from one side of the lap will be permitted by the Engineer, when it is impractical to weld from both sides of the joint, and the weld shall be a minimum of 6 inches in length. Lap welds shall meet the requirements specified in Table 4. Where possible, all butt splices shall be made in the flat position. All butt splices, except horizontal, shall be as shown in Figure 2 with the back-up strip required. Horizontal splices shall be as shown in Figure 3. BAR SIZE No. 4 No. 5 No. 6 No. 7 .04 in. .05 in. .06 in. .07 in. 1l b III (MAX). 1/8 in. 1/8 in. 1/8 in. 3/16 in. "tD (MIN.) 1/8 in. 1/16 in. 1/4 in. 5/16 in. 050200 Rev 5/19/0 Page 9 of 11 "c" ELECTRODE (MAX.) SIZE 1/16 in. 1/8 in 1/16 in. 5/32 in. 1/16 in. 5/32 in. 1/16 in. 5/32 in. 4" +rrrrn�►rr►►� .►rrr► L .41 SEC. A -A 1ENLARGED) TABLE 4 Required Dimensions for Lop Splices � mD N. 221/21 22 !/2° t b•1 I/2. D Butt weld In fiat position i MA%. d,3 MIM. d/4 SEC O -D BUTT WELD WITH BAR IN HORIZONTAL POSITION Figure 2 Figure 3 050200 Rev 5/19/0 Page 10 of 11 12. WIDENING PROJECTS In general, the new reinforcing steel shall be either lap or butt spliced directly to the bar to be extended. When the reinforcement in the old portion of a structure is found to be of the wrong spacing, dowel bars long enough to develop the welded lap or butt splice and also develop the bar in bond, as required in the specification, "Reinforcing Steel", shall be welded to the old steel, and the new reinforcement placed at the correct spacing without welding to the old steel. No measurement or payment will be made for the dowels but will be subsidiary to the other items in the contract. Both old and new reinforcement shall be cleaned thoroughly prior to the preparation of the joint. 13. RADIOGRAPHIC INSPECTION When so designated on the plans, welded butt splices shall be radiographed. Weld quality shall be as follows: There shall be no cracks and the sum of the greatest dimensions of porosity and fusion -type defects shall not exceed one-tenth of the nominal bar diameter in inches. 14. MEASUREMENT AND PAYMENT Unless indicated otherwise in the proposal, Welding shall not be measured for pay but will be considered subsidiary. 050200 Rev 5/19/0 Page 11 of 11 SECTION 070120 ROUGH AND FINISH CARPENTRY (S-120) 1. GENERAL Scope: Furnish all labor, equipment, and materials to properly execute all rough and finish carpentry. Delivery and Storage: Lumber delivered to the site shall be carefully piled off the ground in such a manner as to insure proper drainage, ventilation and protection from the weather. 2. MATERIALS Grade marking: Each piece of framing and board lumber shall bear the official trademark and grademark of the manufacturer's association or the authorized inspection bureau under rules of which the lumber is manufactured, graded and purchased. Sizes, patterns and moisture content: Lumber shall be surfaced four sides. Lumber to be incorporated in the structure shall conform to the moisture -content requirement of the latest official grading rules of nationally recognized associations representing the lumber industry. Lumber treated with water -borne preservatives shall be dried to a moisture content not exceeding 19 percent after treatment. Plywood shall bear the mark of a recognized association of independent inspection agency that maintains continuing control over the quality of the plywood. The mark shall identify the plywood as to species, glue type and grade. Species and grades of lumber for the various uses shall, at the option of the contractor, be any one of the species listed for the purpose of and of the grade specified for the species used. Framing, bucks, sleepers, nailing strips and nailers: Cypress; eastern hemlock; southern pine - No. 2 Balsam fir; eastern white pine, Norway pine; eastern spruce - No. 1 Cedar; coast region Douglas fir, inland Douglas fir, white fir, west coast hemlock; western larch; Idaho white pine, lodgepole pine, ponderosa pine - Standard. Redwood - sap common. Nails and Bolts shall be galvanized. 3. EXECUTION Framing shall be closely fitted, accurately set to required lines and levels and rigidly secured in place. Nailing strips, unless otherwise shown, shall be continuous, cut with square ends in as long lengths as practicable, and rigidly secured in place. Interior finish shall be machine sanded at the mill and sand -papered smooth at the building when installed. Interior trim shall be standard stock moldings and members conforming to the following requirements, and of approved design and type. Interior trim shall be run with hollow backs. Joints shall be made in approved manner to 070120 R2/20/9 Page 1 of 2 conceal shrinkage and shall be tight. Trim shall be secured with fine finishing nails and with screws and glued as required. Nails shall be set for putty stopping. Wood finish shall be set straight, plumb or level, in perfect alignment, and shall be closely fitted. Moldings shall be mitered at exterior corners and coped at interior angles. Trim shall be drawn tight against finished surfaces. 070120 R2/20/9 Page 2 of 2 SECTION 01605 PRODUCT OPTIONS AND SUBSTITUTIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS: 1.1.1 Bidding and Contract Requirements and Division 1 - General Requirements of the Specifications apply to this work. 1.2 SECTION INCLUDES: 1.2.1 General Requirements for product options and substitution procedures. 1.3 RELATED WORK: 1.3.1 Related Work of Other Sections: 1.3.1.1 Section 01010 - Summary of Work. 1.3.1.2 Section 01340 - Submittals. 1.3.1.4 Section 01600 - Material and Equipment. 1.3.1.5 Section 01700 - Project Closeout. 1.4 General: 1.4.1 In addition to General Conditions, Article V, paragraphs 5.13 and 5.14, comply with product option and substitution requirements specified in this Section. 1.5 MATERIAL AND PRODUCT OPTIONS: 1.5.1 Materials and Products Specified by Reference Standards, by Performance, or by Description Only: Any product meeting specified requirements. 1.5.2 Materials and Products Specified by Naming Products of One or More Manufacturers with a Provision for an Equivalent Product: Submit one of the products listed which complies with specified requirements or submit a request for substitution for a product of manufacturer not specifically named which complies with specified requirements. 1.5.3 Materials and Products Specified by Naming Products of Several Manufacturers Meeting Specifications: Submit one of the products listed which complies with specified requirements or submit a request for substitution for a product of manufacturer not specifically named which complies with specified requirements. Section 01605 Page 1 of 4 1.6 SUBSTITUTIONS: 1.6.1 Within thirty (30) days after date of Owner's Notice to Proceed, A/E will consider requests from Contractor for substitutions. Subsequently, substitutions will be considered only when a material or product becomes unavailable due to no fault of Contractor and as follows: 1.6.1.1 Lockouts. 1.6.1.2 Strikes. 1.6.1.3 Bankruptcy. 1.6.1.4 Discontinuation of product. 1.6.1.5 Proven shortage. 1.6.1.6 Other similar occurrences. 1.6.2 Each proposed substitution of materials or products for that specified is a representation by Contractor that it has personally investigated the substitution and determined that the proposed substitution is equivalent or superior to that specified in quality, durability and serviceability, design, appearance, function, finish, performance, and of size and weight which will permit installation in spaces provided and allow adequate service access. Additionally, Contractor agrees that it will provide and do the following: 1.6.2.1 Same warranty for substitution as for specified product or material. 1.6.2.2 Coordinate installation and make other changes which may be required for Work to be complete in all respects. 1.6.2.3 Waive claims for additional costs which may subsequently become apparent. 1.6.2.4 Verify that proposed materials and products comply with applicable building codes and governing regulations and, where applicable, has approval of governing authorities having jurisdiction. 1.6.3 A/E will review requests from Contractor for substitutions with Owner. Do not purchase or install substitute materials and products without written approval. A/E will give written notice to Contractor of acceptance or rejection within a reasonable time. 1.6.4 Document each request for substitution with complete data substantiating compliance of proposed substitution with Contract Documents. As appropriate include: 1.6.4.1 Reason for the proposed substitution. 1.6.4.2 Change in Contract Sum and Contract Time, if any. 1.6.4.3 Effect on Construction Progress Schedule and completion date. 1.6.4.4 Changes in details and construction of related work required due to substitution. Section 01605 Page 2 of 4 1.6.4.5 Drawings and samples. 1.6.4.6 Product identification and description. 1.6.4.7 Performance and test data. 1.6.4.8 Itemized comparison of the qualities of the proposed substitution to the product specified including durability, serviceability, design, appearance, function, finish, performance, size, and space limitations, vibration, noise, and weight. 1.6.4.9 Availability of maintenance service, source and interchangeability of parts or components. 1.6.4.10 Additional information as requested. 1.7 In the event of credit change in the cost, the Owner shall receive all benefit of the reduction in cost of the proposed substitution. Credit shall be established prior to final approval of the proposed substitution and will be adjusted by Change Order. 1.8 Substitutions will not be considered when they are indicated or implied on shop drawings or product data submittals without separate written request, without having been reviewed and approved by Contractor, or when acceptance will require substantial revision of Contract Documents without additional compensation to A/E. 1.9 In the event that the Contractor or subcontractor has neglected to place an order for specified materials and products to meet the Construction Progress Schedule, specified requirements, color schemes, or other similar provisions, such failure or neglect shall not be considered legitimate grounds for an extension of completion time nor shall arbitrary substitutions be considered to meet completion date. 1.10 Only one request for substitutions will be considered for each product. When substitutions are not accepted, provide specified product. 1.11 Should substitution be accepted, and substitution subsequently is defective or otherwise unsatisfactory, replace defective material with specified material at no cost to Owner. 1.7 COORDINATION: 1.7.1 When a specified, optional, specified by reference standard, or proposed substitution item of equipment or material is submitted which requires minor changes or additions to the designed structure, finishes or to mechanical and/or electrical services due to its requirements being different from those shown on the Contract Documents, itemize the changes required and attach to submittal. Do not proceed with changes without approval in writing from the Architect. Section 01605 Page 3 of 4 1.7.2 Contractor shall make adjustments and changes required to coordinate work for installation of optional materials and products, approved substitutions and materials and products specified by reference standards without additional costs to Owner or Architect. PART 2 - PRODUCTS NOT USED. PART 3 - EXECUTION NOT USED. END OF SECTION Section 01605 Page 4 of 4 SECTION 07250 WEATHER BARRIERS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Weather barrier membrane B. Seam Tape C. Flashing D. Fasteners 1.2 REFERENCES A. ASTM International 1. ASTM C920; Standard Specification for Elastomeric Joint Sealants 2. ASTM C1193; Standard Guide for Use of Joint Sealants 3. ASTM D882; Test Method for Tensile Properties of Thin Plastic Sheeting 4. ASTM D1117; Standard Guide for Evaluating Non -woven Fabrics 5. ASTM E84; Test Method for Surface Burning Characteristics of Building Materials 6. ASTM E96; Test Method for Water Vapor Transmission of Materials 7. ASTM E1677; Specification for Air Retarder Material or System for Framed Building Walls 8. ASTM E2178; Test Method for Air Permeance of Building Materials B. AATCC — American Association of Textile Chemists and Colorists 1. Test Method 127 Water Resistance: Hydrostatic Pressure Test C. TAPPI 1. Test Method T-410; Grams of Paper and Paperboard (Weight per Unit Area) 2. Test Method T-460; Air Resistance (Gurley Hill Method) 1.3 SUBMITTALS A. Refer to Section 01340 - Submittals. B. Product Data: Submit manufacturer current technical literature for each component. C. Samples: Weather Barrier membrane, minimum 8-1/2 inches by 11 inch. D. Quality Assurance Submittals 1. Design Data, Test Reports: Provide manufacturer test reports indicating product compliance with indicated requirements. 2. Manufacturer Instructions: Provide manufacturer's written installation instructions. 07250- 1 1.4 QUALITY ASSURANCE A. Qualifications 1. Installer shall have experience with installation of weather barrier assemblies under similar conditions. 2. Installation shall be in accordance with manufacturer's installation guidelines and recommendations. 3. Source Limitations: Provide weather barrier and accessory materials produced by single manufacturer. B. Mock-ups 1. Install mock-up using approved weather barrier assembly including fasteners, flashing, tape and related accessories per manufacturer's current printed instructions and recommendations. a. Mock-up size: 10 feet by 10 feet. b. Mock-up Substrate: Match wall assembly construction, including window opening. c. Mock-up may remain as part of the work. 1.5 DELIVERY, STORAGE AND HANDLING A. Refer to Section 01605 - Products and Substitutions. B. Deliver weather barrier materials and components in manufacturer's original, unopened, undamaged containers with identification labels intact. C. Store weather barrier materials as recommended by system manufacturer. 1.6 SCHEDULING A. Review requirements for sequencing of installation of weather barrier assembly with installation of windows, doors, louvers and flashings to provide a weather- tight barrier assembly. PART 2 - PRODUCTS 2.1 WEATHER BARRIER A. A non -perforated, nonwoven, non -absorbing, breathable membrane providing air flow, bulk water and wind driven rain protection with a ribbed surface texture that channels water and moisture to the outside and allows moisture vapor to escape from inside walls. B. Physical Properties 1. Spunbonded polyolefin membrane. C. Performance Characteristics: 1. Air Penetration: 0.004 cfm/ft2 at 75 Pa, when tested in accordance with ASTM E2178. Type I per ASTM E1677. 07250- 2 2. Water Vapor Transmission: 50 perms, when tested in accordance with ASTM E96, Method B. 3. Water Penetration Resistance. Minimum 210 cm when tested in accordance with AATCC Test Method 127. 4. Basis Weight: Minimum 2.1 oz/yd2, when tested in accordance with TAPPI Test Method T-410. 5. Air Resistance: Air infiltration at 300 seconds, when tested in accordance with TAPPI Test Method T-460. 6. Tensile Strength: Minimum 30/30 lbs/in., when tested in accordance with ASTM D882, Method A. 7. Tear Resistance: 7/9 lbs, when tested in accordance with ASTM D1117. 8. Surface Burning Characteristics: Class A, when tested in accordance with ASTM E84. Flame Spread: 5, Smoke Developed: 25 2.2 ACCESSORIES A. Seam Tape: As recommended by the weather barrier manufacturer. B. Fasteners: 1. 1-5/8 inch rust resistant screw with 2 -inch diameter plastic cap or manufacturer approved 1-1/4" or 2" metal gasketed washer C. Sealants 1. Provide sealants that comply with ASTM C 920, elastomeric polymer sealant to maintain watertight conditions. 2. Products: Sealants recommended by the weather barrier manufacturer. D. Adhesive: 1. Provide adhesive recommended by weather barrier manufacturer. E. Primer: 1. Provide flashing manufacturer recommended primer to assist in adhesion between substrate and flashing. F. Flashing 1. Flexible membrane flashing materials for window openings and penetrations recommended by manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify substrate and surface conditions are in accordance with weather barrier manufacturer recommended tolerances prior to installation of weather barrier and accessories. 3.2 INSTALLATION — WEATHER BARRIER A. Install weather barrier over exterior face of exterior wall substrate in accordance 07250- 3 with manufacturer recommendations. B. Start weather barrier installation at a building corner, leaving 6-12 inches of weather barrier extended beyond corner to overlap. C. Apply wrap with grooved surface pattern in vertical direction. D. Install weather barrier in a horizontal manner starting at the lower portion of the wall surface. Maintain weather barrier plumb and level. E. Shingle weather barrier over back edge of weep screed. Seal weather barrier with sealant or tape to weep screed. Ensure weeps are not blocked. F. Subsequent layers shall overlap lower layers a minimum of 6 inches horizontally in a shingling manner. G. Window and Door Openings: Extend weather barrier completely over openings. H. Weather Barrier Attachment: 1. Attach weather barrier to studs through exterior sheathing. Secure using weather barrier manufacturer recommend fasteners, space 12 -18 inches vertically on center along stud line, and 24 inch on center, maximum horizontally. I. Apply flashing to weather barrier membrane prior to the installation cladding anchors. 3.3 SEAMING A. Seal seams of weather barrier with seam tape at all vertical and horizontal overlapping seams. B. Seal any tears or cuts as recommended by weather barrier manufacturer. 3.4 OPENING PREPARATION (for use with non -flanged windows - all cladding types) A. Flush cut weather barrier at edge of sheathing around full perimeter of opening. B. Cut a head flap at 45 -degree angle in the weather barrier at window head to expose 8 inches of sheathing. Temporarily secure weather barrier flap away from sheathing with tape. 3.5 FLASHING (for use with non -flanged windows - all cladding types) A. Cut flexible flashing a minimum of 12 inches longer than width of sill rough opening. B. Cover horizontal sill by aligning flexible flashing edge with inside edge of sill. Adhere to rough opening across sill and up jambs a minimum of 6 inches. Secure flashing tightly into corners by working in along the sill before adhering up the jambs. C. Fan flexible flashing at bottom corners onto face of wall. Firmly press in place. Mechanically fasten fanned edges. D. Apply 9 -inch wide strips of flashing at jambs. Align flashing with interior edge of jamb framing. Start flashing at head of opening and lap sill flashing down to the sill. 07250- 4 E. Spray -apply primer to top 6 inches of jambs and exposed sheathing. F. Install flexible flashing at opening head using same installation procedures used at sill. Overlap jamb flashing a minimum of 2 inches. G. Coordinate flashing with window installation. H. On exterior, install backer -rod in joint between window frame and flashed rough framing. Apply sealant at jambs and head, leaving sill unsealed. Apply sealants in accordance with sealant manufacturer's instructions and ASTM C1193. I. Position weather barrier head flap across head flashing. Adhere using 4 -inch wide flashing over the 45 -degree seams. J. Tape top of window in accordance with manufacturer recommendations. K. On interior, install backer rod in joint between frame of window and flashed rough framing. Apply sealant around entire window to create air seal. Apply sealants per sealant manufacturer's instructions and ASTM C1193. 3.6 OPENING PREPARATION (for use with flanged windows) A. Cut weather barrier membrane in a modified "I -cut" pattern. 1. Cut weather barrier horizontally along the bottom of the header. 2. Cut weather barrier vertically 2/3 of the way down from top center of window opening. 3. Cut weather barrier diagonally from bottom of center vertical cut to the left and right corners of the opening. 4. Fold side and bottom weather barrier flaps into window opening and fasten. B. Cut a head flap at 45 -degree angle in the weather barrier membrane at window head to expose 8 inches of sheathing. Temporarily secure weather barrier membrane flap away from sheathing with tape. 3.7 FLASHING (for use with flanged windows) A. Cut flexible flashing a minimum of 12 inches longer than width of sill rough opening. B. Cover horizontal sill by aligning flexible flashing edge with inside edge of sill. Adhere to rough opening across sill and up jambs a minimum of 6 inches. Secure flashing tightly into corners by working in along the sill before adhering up the jambs. C. Fan flexible flashing at bottom corners onto face of wall. Firmly press in place. Mechanically fasten fanned edges. D. On exterior, apply continuous bead of sealant to wall or backside of window mounting flange across jambs and head. Do not apply sealant across sill. E. Install window according to manufacturer's instructions. F. Apply strips of flashing at jambs overlapping entire mounting flange. Extend jamb flashing 1 -inch above top of rough opening and below bottom edge of sill flashing. G. Apply strip of flashing as head flashing overlapping the mounting flange. Head 07250- 5 flashing should extend beyond outside edges of both jamb flashings. H. Position weather barrier head flap across head flashing. Adhere flashing over the 45 -degree seams. I. Tape head flap in accordance with manufacturer recommendations J. On interior, install backer rod in joint between frame of window and flashed rough framing. Apply sealant around entire window to create air seal. Apply sealant in accordance with sealant manufacturer's instructions and ASTM C1193. 3.8 PROTECTION A. Protect installed weather barrier from damage. END OF SECTION 07250- 6 SECTION 07310 ASPHALT SHINGLES PART 1 SCOPE 1.1 Work includes furnishing all labor, materials, and equipment necessary to complete installation composition roof shingles as shown on the drawings and specified. PART 2 MATERIALS 2.1 Titanium UDL-50 Synthetic Roofmg Underlayment — "Peal and Stick Membrane". Minimum thickness: 30 mils. Email: info@interwrap.com Webpage: www.interwrap.com. Or approved equal by Architect. 2.2 Nails to be hot galvanized steel or aluminum sharp -pointed conventional barbed shank roofing nails (11 or 12 gauge) with at least 3/8" diameter headers. Nails are to be of sufficient length to penetrate through sheathing. 2.3 Shingles shall be manufactured by "Owens Corning TruDefinition Duration — Architectural Roof Shingles" or an approved equal. Color to be selected by Architect. Ridge Shingles shall be included at all ridges. PART 3 DETAIL REQUIREMENTS 3.1 Roofmg Contractor shall examine all roof decks on which this work is to be applied, and shall notify the Architect in writing prior to starting work of any defects which he considers detrimental to the proper installation of his materials. 3.2 Installation of underlayment and shingles shall be in accordance with the instructions published by the manufacturer. 3.3 Roof deck shall be as defined by structural documents. See plans for more detail. 3.4 Shingle roofing shall be installed in accordance with Texas Windstorm Insurance Association Building Code for Windstorm Resistant Construction. Contractor shall be responsible for all inspections required to obtain a certificate. Roofing contractor shall supply information regarding anchors, anchor spacing and penetration of anchors required to meet windstorm requirements. 3.5 Manufacturer shall provide limited 30 year warranty. END OF SECTION SECTION 07310 Page 1 of 1 SECTION 07620 FLASHING AND SHEET METAL PART 1 SCOPE 1.1 Furnish and install all flashing and sheet metal work as shown or specified. 1.2 Reference Standards: A. AA - Aluminum Construction Manual: Aluminum Sheet Metal Work and Building Construction B. ANSUASTM B32 - Specification for Solder Metal C. ASTM A167 - Specification for Stainless and Heat -Resisting Chromium Nickel Steel Plate, Sheet and Strip D. ASTM B209 - Specification for Aluminum and Aluminum Alloy Sheet and Plate E. ASTM B370 - Specification for Copper Sheet and Strip for Building Construction F. ASTM A526 - Specification for Steel Sheet, Zinc Coated (Galvanized) by the Hot -Dip Process, Commercial Quality G. ASTM A527 - Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot- Dip Process, Lock -Forming Quality H. ASTM D2822 - Standard Specification for Asphalt Roof Cement I. SMACNA - Architectural Sheet Metal Manual J. NRCA - Roofing Manual K. NAAMM - Metal Finishes Handbook L. AISI - Stainless Steel - Uses in Architecture PART 2 PRODUCTS 2.1 Sheet Materials A. Zinc -Coated Steel: Commercial Quality, 0.20 percent copper, ASTM A526 except ASTM A527 for lock -forming, G90 hot -dipped galvanized, mill phosphatized for painting. Section 07620 Page 1 of 4 B. Pre -Finished Aluminum Sheet: ASTM B209, alloy, temper, plain 1. Finish: Factory -applied Kynar 500 fluorocarbon coating 2. Thickness: As indicated on drawings or noted in specifications 3. Color: To be selected by Architect 2.2 Accessories A. Fasteners: Same metal as flashing/sheet metal. Match finish of exposed heads with material being fastened. Type and size to suit application. B. Bituminous Coating: SSPC - Paint 12, solvent -type bituminous mastic, free of sulfur, compounded for 15 -mil. dry film thickness per coat. C. Sealant: Exterior quality conforming to Section 07900 — Joint Sealers. D. Reglets: Metal units compatible with flashing, non -corrosive. Fry Reglet type "SM," galvanized steel with standard zinc finish. 2.3 Neoprene Washers: Required for all fasteners that will remain exposed to the weather. 2.4 Roofing Cement: ASTM D2822, asphaltic. 2.5 Metal Accessories: Sheet metal clips, straps, anchoring devices, as required for installation of work, matching or compatible with adjoining materials, non -corrosive, size and gauge required for performance. 2.6 Lead sleeves, 4 lbs. PART 3 DETAIL REQUIREMENTS 3.1 Water and weather tight 3.2 Lines, arises and angles sharp and true; plain surfaces, free from wavers and buckles 3.3 Provide seamed edges on all exposed work 3.4 Pipe, Vent and Mechanical Equipment Flashing: A. Pipe and vent piping to be flashed with lead sleeves (41b ), minimum 10" flanges on roof. B. Pipe and vent pipe flashing furnished by Plumber and installed by Roofer. Section 07620 Page 2 of 4 C. Mechanical equipment flashing furnished and installed by Roofer, supervised by Mechanical Equipment Contractor. 3.5 Preparation: A. Inspection: 1. Before starting the work of this section, verify other work affecting sheet metal work is complete and approved. 2. Beginning of sheet metal work means acceptance of existing conditions. B. For Roofing Work: 1. Exercise care when working on or about roof surfaces to avoid damaging or puncturing membranes and flashings. 3.6 Installation Requirements: A. Perform sheet metal work in accordance with approved shop drawings and Instal- lation instructions and recommendations of SMACNA "Architectural Sheet Metal Manual." 1. Anchor work securely in place by methods indicated, providing for thermal expansion; conceal fasteners where possible. 2. Set units true to line and level. 3. Install work with laps, joints and seams watertight and weatherproof. B. Underlayment: For stainless steel or aluminum to be installed directly on cementitious or wood substrates, install a slip sheet of red rosin paper and course course of polyethylene underlayment. C. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance D. Install counter flashing in reglets, either by snap -in seal arrangement or by weld- ing in place for anchorage and filling reglet with mastic or elastomeric sealant. E. Flashing Attachment: 1. Secure all flashing at sixteen (16") on center (o.c.). 2. Install parapet cap flashing and gravel guards with continuous hold-down Section 07620 Page 3 of 4 clips secured sixteen (16") inches on centers. 3. Exposed fasteners shall be complete with neoprene washers sixteen (16") o.c. 3.7 Gutters, Scuppers and Downspouts A. Work shall include gutters, scuppers, downspouts, bars, butts, solder etc. necessary to complete the erection of items detailed and noted. B. Sections of the gutter are to be lapped and blind soldered. The laps are to be 1" wide and 1/8" rivets are to be spaced 2" across the bottom and out the back of the gutter joints. The corners of the adjoining gutters are to be mitered and blind soldered, and the ends are to be closed within pieces having tabs turned inward for soldering. Reinforce the outside edge of the gutter with 1" x 1" x 1/8" angle 3' apart. No single run of gutter shall exceed 100 feet in length. Butt gutter runs together to provide for continuous guttering system. This is to allow for expansion and contractions. C. The downspouts and scuppers shall be a minimum of 24 gauge and as sized on the drawings, pre -finished aluminum sheeting as noted in section 2.1.B. above and anchored to the wall approximately every six (6) feet vertically. Install sheet metal roof pans where downspouts drain onto a lower roof level. 3.8 Cleaning and Protection: A. Clean exposed metal surfaces, removing substances that might cause corrosion of metal or deterioration of finishes. B. Protection: Protect flashings and sheet metal work during construction from damage or deterioration. END OF SECTION Section 07620 Page 4 of 4 SECTION 09900 PAINTING PART 1 - SCOPE 1.1 Furnish and perform all painting as shown and specified. Provide all labor, equipment, materials, operations, and incidentals necessary and required to complete the work. PART 2 - MATERIALS 2.1 All paint products shall be Sherwin-Williams, Briner, Pittsburgh or Devoe Paints. Paint colors to be selected by Architect. PART 3 - DETAIL REQUIREMENTS 3.1 Exterior: System 1 Galvanized steel (acrylic gloss latex) Clean and treat per manufacturer's specifications. Prime one (1) coat zinc primer TTP -641. Finish two (2) coats gloss acrylic latex MIL -P -28578a. NOTE: No Portland cement primers. System 2 Ferrous Metal. Prime one (1) coat zinc primer TTP -645. Finish two (2) coats: various finishes. Metal -latex, gloss alkyd, urethane alkyd, or silicone alkyd. System 3 Concrete, masonry or brick (pigmented water- proofing) Prime coat per manufacturer's specifications. Finish two (2) elastomeric waterproofing (medium texture). System 4 Pressure treated wood framing Finish two (2) coats: Thompson's WaterSeal Advance Natural Wood Protector or approved equal by architect. 3.2 All materials shall be applied and cut in neatly so as to dry uniformly to the color and sheen specified, free from runs, sags, wrinkles, shiners, streaks and brush marks. Section 09900 Page 1 of 3 3.3 During the actual application and drying of the paint, and until normal occupancy of the space occurs, a minimum temperature of 60 degrees F. shall be maintained. This temperature shall be held as constant as possible to prevent condensation. Adequate ventilation shall be provided at all times so that the humidity cannot rise above the dew point at the coldest wall. The General Contractor is solely responsible for maintaining required temperatures, ventilation and room conditions. 3.4 End grain at door edges shall be finished in the same manner as the remainder of the wood surfaces. All plywood shall be edge -sealed. 3.5 No exterior painting shall be undertaken at temperatures under 45 degrees F., or immediately following rain, frost, or dew. Safe levels for painting will be determined by use of an electronic moisture meter. 3.6 All surfaces shall be free from rust, scale, oil, grease, chalk, excessive paint build-up, dirt, mildew, or other foreign substances. 3.7 Metal surfaces shall be clean and free from rust, scale dirt, etc. with all burrs and rough spots ground smooth. Pre -clean galvanized surfaces with vinegar or equal. 3.8 Putty nail holes, mars, cuts, etc. 3.9 Provide uniform sheen, color and texture. 3.10 Coats specified are in addition to shop or prime coats specified elsewhere. 3.11 Follow manufacturer's instructions concerning application of all finishes. 3.12 Materials shall be delivered and stored in unbroken packages bearing manufacturer's labels. 3.13 Remove all paint drippings and rubbish upon completion of construction. 3.14 Repair all damaged paint and finish work upon completion of construction. 3.15 All coats of paint shall be thoroughly dry before applying succeeding coats. All primer and intermediate coats of paint shall be sanded lightly and dusted before succeeding coats of paint are applied. 3.16 Any work which does not meet the approval of the Architect shall be immediately corrected. If the work is not corrected, the Architect reserves the right to deduct from the amount due the Contractor under his written Contract. Section 09900 Page 2 of 3 3.17 Guarantee all painting work and materials against all defects such as blistering, scaling, peeling, chipping and spotting for a period of one year from date of acceptance. 3.18 All questions concerning finishing shall be addressed to Architect prior to beginning work on item in question. 3.19 Sample areas for typical finishes shall be prepared and approved by Architect prior to beginning finish work. Areas shall be of sufficient size to judge color and texture characteristics and shall be representative of all work to follow. 3.20 Architect shall select a maximum of 8 paint colors. 3.21 All surfaces to receive topcoats are to be deglossed by sanding, chemical deglossing agent or other abrasive methods. Patches shall be done in a manner as to be considered imperceptible to surrounding substrate. All areas where peeling, blistering or coating failure occurs are to be scraped, sanded and edges feathered. All bare substrates will be primed before topcoating. Areas requiring sandblasting will have separate specifications. PART 4 - FINISH SCHEDULE The following is intended as a guide and is not intended to be all-inclusive; any excluded items required by first -quality construction standards to be finished shall be so finished. 4.1 Exterior 4.1.1 4.1.2 4.1.3 Paint — All exposed structural steel, flashing, gutters and downspouts, exposed metal structures. Apply weather sealer to all exposed wood framing. Apply concrete sealer to all concrete columns. END OF SECTION Section 09900 Page 3 of 3 PARKER PARK LANDSCAPE MAINTENANCE - SECTION T32 01 90 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division -1 Specification Sections, apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. Extent: Furnish all labor, material, equipment, tools, and incidentals necessary for Landscape Maintenance as specified in this Section during the landscape maintenance period, referred to herein as the Maintenance Period. The work includes establishing the plantings, providing pest and disease control, mowing, and maintaining the irrigation system and related construction elements during the Maintenance Period. B. Related Work: 1. Landscape Irrigation 2. Landscape Planting 1.03 MAINTENANCE PERIOD A. Time Limits: Maintenance Period shall commence from the date of approval of substantial completion and extend for 120 calendar days, or until final completion approval, whichever is later. 1.04 REVIEWS A. Substantial Completion Review: Contractor shall specifically request this review at least (5) five days in advance of the proposed start of the Maintenance Period. The Architect will review for a final checklist of minor items to be completed. Once the items are completed by the Contractor and approved by the Architect, the Maintenance Period shall commence. Items to be checked during this review include but are not limited to: 1. All planted areas including turf and naturalized areas if applicable. 2. Valve box inspection and overall operation of the irrigation system. B. Punch -list Check: The Architect shall conduct this review within two weeks of the end of the Maintenance Period, at the request of the Architect, when punch -list items identified at Substantial Completion have been corrected and are ready for inspection. The Final Review shall be rescheduled at the discretion of the Architect, if additional time beyond the scheduled date of final completion is needed to correct Punch -list items. C. Final Review: Contractor shall specifically request this review at least (5) five days in advance of the end of the Maintenance Period. Failure to request this notice shall automatically extend the date of completion. The Maintenance Period will continue until final completion is approved by the Architect. Items to be checked during this review include but are not limited to: 1. All planted areas including turf and naturalized areas if applicable, including all punch -list items identified at Substantial Completion Review and Punch -list Check. 2. All irrigation punch -list items identified at Substantial Completion Review, and Punch -list Check. 1.05 MAINTENANCE PERIOD SUBMITTALS A. Fertilizer: Submit written certificate showing rates, materials, and date of fertilizer application, to the Architect within five (5) days of each application. B. Pesticides / herbicides: If pesticides / herbicides are used, submit written certificate showing rates, materials, and date to the Architect within five (5) days of each application. JUNE 26, 2015 LANDSCAPE MAINTENANCE 100% CONSTRUCTION DOCUMENTATION SECTION T32 01 90- 1 PARKER PARK C. Mowing: Submit mowing occurrences to the Architect each time mowings are completed. 1.06 MAINTENANCE BINDER ADDITIONAL DOCUMENTS A. Submit prior to the Final Review, the following additional documents for the Maintenance Binder. 1. Counter -signed documents shall include the following items, countersigned by the Architect: a. Fertilizer applications, including initial application. b. Pesticide and herbicide applications, including initial application. c. Mowing occurrences d. In-service meeting discussion / decisions. B. Controller Schedule: 8.5x11 size type -written and laminated irrigation schedule for established (mature) landscape at end of Maintenance Period for reference purposes inside the controller. Schedule shall note run-times and frequency for each station. 1. Attach irrigation schedule to laminated valve stationing plan — see Specification Section Landscape Irrigation. C. The Final Review shall not take place until the additional submittals and documents have been reviewed and approved by the Architect. PART 2 - MATERIALS 2.01 FERTILIZER A. For maintenance fertilization shall be as specified in Specification Section Landscape Planting. 2.02 WATER A. During the course of construction and maintenance, water for landscape shall be paid for by the Owner. Submit watering schedule with dates, times and frequency at start of the Maintenance Period. 2.03 PRE -AND/OR POST -EMERGENT HERBICIDE A. As recommended by licensed Pest Control Operator and approved by Owner / Architect. PART 3 - EXECUTION 3.01 GENERAL A. Contractor's Responsibility: Work installed under this Contract damaged by vandalism, vehicular damage and/or theft during the installation of the work and up to the Substantial Completion approval, shall be repaired or replaced by the Contractor without costs to the Owner. B. Owner's Responsibility: Throughout the Maintenance Period, these damages and similar factors such as excessive litter, abuse and defacement shall be the Owner's responsibility to repair or replace and shall not be a part of this Contract. No planting shall be guaranteed beyond the Maintenance Period, except as to conformance to specified species and variety, and as specified in Specification Section Landscape Planting. 3.02 BASIC REQUIREMENTS A. All planting areas shall be kept weed -free at all times during the Maintenance Period. All pests and disease control shall be the Contractor's responsibility. All planting areas shall be kept at optimum moisture for plant growth. Planting not adequately served by the automatic irrigation JUNE 26, 2015 LANDSCAPE MAINTENANCE 100% CONSTRUCTION DOCUMENTATION SECTION T32 01 90- 2 PARKER PARK system shall be hand watered. Settlement of soil and plants and soil erosion shall be repaired and areas replanted. Dying or deficient plants shall be replaced as they become apparent. B. Weeding, Cultivating, and Clean -Up: Planting areas shall be kept neat and free from debris at all times and shall be cultivated and weeded at not more than ten (10) day intervals. C. Fertilizer: Application for all planting areas including turf shall be as specified in Specification Section Landscape Planting. Excludes naturalized areas only. D. Mowing Schedule: 1. Winter - Mow grass to 1-1/2" when it reaches a height of 2-1/2". 2. Other Seasons - Mow grass to 2" when it reaches a height of 3". E. Pruning: Prune new trees and shrubs with the direction of the Architect. Do not remove lower branches from multi -trunk or low branching trees unless directed. F. Insect, Pest, and Disease Control: Insects, pests, rodents and diseases shall be controlled by the use of approved insecticides and fungicides, as recommended and applied by a licensed pest control operator and as approved by the Architect. G. Replacement Materials: Immediately replace any dead or damaged plant materials. Turf areas not fully established and healthy shall be repaired or replaced as directed by the Architect. Replacements shall be made to the specifications as required to match adjacent plantings at no cost to the Owner. H. Irrigation: Schedule and monitor controller stations as necessary to minimize water consumption while still providing adequate water for the plant material. 1. Adjust and clean all heads, arcs and radii, valves, and other equipment as necessary including drip system, filters, and emitters to maintain the system. 3.03 CONDITION OF PLANTING AT END OF MAINTENANCE PERIOD A. All mulched planting areas shall be free of all weeds (broadleaf and grass weeds). Plantings that do not conform to specifications shall be replaced and brought to a satisfactory condition before final acceptance of the work. B. All turf areas shall be completely covered at the time of final acceptance. Turf areas shall be free of all weeds (broadleaf and grass weeds) and shall be mowed to specified height. Low spots and/or bare patches shall be patched with sod. Sod shall be equivalent to the seed used during planting operations. C. Remove all nursery tree stakes and associated tying materials prior to Final Review. D. Rake out watering basins from all plants under a permanent irrigation system and re -spread the mulch prior to Final Review, keeping mulch away from the plant stem. E. All naturalized areas shall be free of broadleaf weeds. Re -seed naturalized areas with minimal germination (less than 50% germination coverage). 3.04 IN-SERVICE MEETING A. Contractor shall request, prior to Final Review, an in-service meeting with the Owner's maintenance staff to identify any landscape maintenance issues and verify mowing schedules, and irrigation station sequence / run-times (controller schedule). 1. The Contractor shall document any discussions / decisions at the in-service meeting and provide this to the Architect. Include a copy in the Maintenance Binder. JUNE 26, 2015 LANDSCAPE MAINTENANCE 100% CONSTRUCTION DOCUMENTATION SECTION T32 01 90- 3 PARKER PARK 2. The Final Review shall not take place until the in-service meeting is completed, and final approval is contingent on the in-service meeting taking place to the satisfaction of the Architect. 3.05 HARDWARE A. Contractor shall provide the Owner at the in-service meeting (2) sets of each of the following: 1. Quick Couplers - quick coupler keys 2. Irrigation Controller — enclosure keys 3. Special tools required for the maintenance of specific components 4. Other enclosures / back flow preventers — enclosure / lock keys 3.06 PAYMENT A. The Contract lump sum price paid for Landscape Maintenance shall be considered full compensation for furnishing all labor, material, equipment, tools, and incidentals, for all work involved as specified in this Section, as shown on the Drawings, and as directed by the Architect, and no separate payment shall be made. 1. Final payment shall be withheld until all mowing occurrences have been submitted and verified. 2. Contractor shall review schedule with maintenance personnel prior to final payments. END OF SECTION JUNE 26, 2015 LANDSCAPE MAINTENANCE 100% CONSTRUCTION DOCUMENTATION SECTION T32 01 90- 4 PARKER PARK D.G. PAVING - SECTION T32 15 46 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division -1 Specification Sections, apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. Extent: Furnish all labor, material, equipment, tools, and incidentals necessary for the installation of Decomposed Granite (D.G.) Paving as shown on the Drawings and as specified in this Section. B. Related work includes but is not limited to: 1. Earthwork and Grading 1.03 SUBMITTALS A. General: Within fourteen (14) days after Notice to Proceed submit the following: B. Decomposed Granite: sieve analysis and one quart sample. 1.04 REVIEWS A. Contractor shall stake and layout all paving areas for review by the Architect prior to excavation. PART 2- PRODUCTS 2.01 DECOMPOSED GRANITE A Decomposed Granite: Clean, hard, durable particles or fragments of Texas Hill Country decomposed granite gravel with fines evenly mixed throughout the aggregate and free from clay lumps, vegetable matter and deleterious material. Size at 1/4" minus with no more than 25% passing no. 200 sieve; available from Keller Material, Inc., San Antonio, Texas, (210) 648-4221, or approved equal. 2.02 CEMENT A. Portland cement shall be Type II Modified, added to the D.G. at the ratio of 5% by weight of the dry D.G.. 2.03 PRE -EMERGENT A. Granular: Treflan, Ronstar or approved equal. B. Liquid: Surflan or approved equal. 2.04 HEADER BOARD A. Header board shall be the following product, manufactured by Epic Plastics, http://www.epicplastics.com and available from Ewing (361) 814-9530, or approved equal. See the Drawings for sizes and installation. 1. "Benda -Board", 100% recycled plastic header board, size per the Drawings. Color - Redwood. 2. All fasteners to be hot dipped galvanized. JUNE 26, 2015 STABILIZED D.G. PAVING 100% CONSTRUCTION DOCUMENTATION SECTION T32 15 46 - 1 PARKER PARK B. Stakes shall be the following: 1. Recycled plastic stake, as provided by the header board manufacturer. 2.05 GEOTEXTILE FABRIC A. Geotextile Fabric: Shall be Mirafi 180N, Non -biodegradable, non -woven, polyester geotextile fabric; manufactured by Mirafi Construction Products, 365 South Holland Drive, Pendergrass, GA, USA 30567;1-888-795-0808; 1-706-693-2226; 1-706-693-2083, fax; www.mirafi.com; or approved equal. Representative: Bastalla Corporation, Houston, Texas (713) 939-8788. 2.06 EXCESS MATERIALS A. Provide Owner aggregate decomposed granite in 50 Ib bags until excess material is depleted. PART 3 - EXECUTION 3.01 GENERAL A. Grades: The finish grades of the paving shall conform to the lines and grades on the Drawings and allow for drainage. Edges of paving shall be flush with adjacent headers, concrete, or other paving. B. Preparation: Prior to installing paving, install pre -emergent herbicide to sub -grade per manufacturer's recommendations. Immediately prior to placing the paving material, the sub -grade shall be thoroughly moistened. C. Final Herbicide Treatment: Upon completion of spreading and compacting paving material, apply pre -emergent herbicide to entire paving surface per manufacturer's instructions. 3.02 BASE PREPARATION A. Subgrade: See sheet S1.0 Structural Notes I for sub -grade preparation and compaction requirements. Verify that sub -grade preparation, compacted density and elevations conform to the Specifications and plans. B. Place geotextile over prepared subgrade per manufacturer's recommendations. Overlap at edges, 2' minimum, securing with plastic ties. Equipment and vehicles shall not pass directly over geotextile. Damaged geotextile shall be replaced immediately per manufacturer's recommendations to the Owner's satisfaction, and at the Contractor's sole expense. 3.03 D.G. INSTALLATION A. Placement: The D.G. shall be deposited in such a manner as to minimize the necessity for spotting, picking up or otherwise shifting the D.G. The mix shall not be screeded off or finished by floating. No steel tooling of D.G. shall be done. B. Compaction: The D.G. shall be leveled by raking and compacted to 90% relative compaction for a minimum compacted depth of 4". C. There shall be a total of two pre -emergent herbicide applications for non -stabilized D.G as specified herein. 3.04 CEMENT STABILIZED D.G. INSTALLATION A. Mixing: The quantity of water added to the mixture shall be adjusted to the absolute minimum required to permit uniform mixing. The materials shall be mixed in a drum type mixer on the job or a central mixing plant. JUNE 26, 2015 100% CONSTRUCTION DOCUMENTATION STABILIZED D.G. PAVING SECTION T32 15 46 - 2 PARKER PARK B. Time Limits: Not more that 1-1/2 hours shall elapse between the time water is added to the decomposed granite and cement, and the time of completion of placement. C. Placement: Immediately prior to placing the D.G. mixture, the subgrade shall be thoroughly moistened. The mixture shall be deposited in such a manner as to minimize the necessity for spotting, picking up or otherwise shifting the mixture. The mixture shall be leveled by raking and compacted use of a light roller. The mixing shall not be screeded off or finished by floating. No steel tooling of D.G. shall be done. D. Finish: The finished surface of the newly paved area shall be kept moist for five (5) days. Broom with a steel bristle broom within 24 hours after placement to remove cement mortar film on the exposed surface and to fill cracks. Broom the surface daily for four (4) additional days, filling cracks each time. E. Grades: The finish grades of the D.G. paving shall conform to the lines and grades on the Plans and allow for drainage. Edges of D.G. paving shall be flush with adjacent headers, concrete, finish grade, or other paving. 3.05 HEADER BOARD A. Alignment and grade of header boards shall be staked and limited to accurately reflect the plan layout prior to commencing work. After approval by the Architect, header boards shall be assembled to form well crafted and securely constructed lines. 1. Do not stake boards on one side only, unless against paving. B. Recycled plastic / composite header board shall be installed per manufacturer's instructions. 1. Allow for expansion at all joints. Do not screw joints together. 2. For Benda Board only, stake on either side of lap joint to be attached to board with one screw only, to allow the stake to `pivot' during expansion. C. Backfill all header boards prior to paving operations. Protect and repair all damaged header boards prior to final acceptance. 3.06 CLEAN UP A. Waste Removal: All waste as a result of paving construction shall be removed from the site and disposed of legally. All excess paving material shall be removed from adjacent planting areas and civil work. 3.07 MEASUREMENT AND PAYMENT A. The Contract unit price for D.G. Paving or Cement Stabilized D.G. Paving shall be considered full compensation for furnishing all labor, material, equipment, tools, and incidentals, for all work involved as specified in this Section, as shown on the Drawings, and as directed by the Architect, and no separate payment shall be made. END OF SECTION JUNE 26, 2015 STABILIZED D.G. PAVING 100% CONSTRUCTION DOCUMENTATION SECTION T32 15 46 - 3 PARKER PARK LANDSCAPE BOULDERS - SECTION T32 41 16 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division -1 Specification Sections, apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. Extent: Furnish all labor, material, equipment, tools, and incidentals necessary for the installation of Landscape Boulders, also referred to as boulders, as shown on the Drawings and as specified in this Section. B. Related work includes but is not limited to: 1. Earthwork and Grading 1.03 SUBMITTALS A. Boulders: Contractor shall identify the location of a boulder sample and furnish four (4) 3" x 5" color photos of the same taken from different viewpoints for review and approval by the Architect before construction. Provide scale reference in photos. 1. The boulder sample shall be full sized and shall remain at the same location. 2. Any boulder that does not conform to the approved sample will not be accepted and shall be removed and replaced as approved by the Architect at the Contractor's expense. B. Specimen Boulders: The Architect may choose to select specific boulders individually from the source. Incorrect boulder(s) delivered to the site shall be removed and replaced with the correct boulder(s) as identified by the Architect, at the Contractor's expense. 1.04 REVIEWS A. Contractor shall layout all landscape boulder locations for review by the Architect prior to placement. Boulders shall be onsite for Architect to select locations, and orientation of specific boulders. PART 2- PRODUCTS 2.01 LANDSCAPE BOULDERS A. Landscape boulders shall be "Moss Rock" boulders within the following dimensions (height, width, length) limitations and quantities: 1. Size A: 30"x24"x30"— 1/3 2. Size B: 48" x 30" x 48" — 1/3 3. Size C: 60" x 36" x 60" — 1/3 PART 3 - EXECUTION 3.01 INSTALLATION A. Grading: Grade finish grade to the design configuration as shown on the Drawings. B. Excavation: Excavate the soil as required for placement as shown on the Drawings. JUNE 26, 2015 LANDSCAPE BOULDERS 100% CONSTRUCTION DOCUMENTATION SECTION T32 41 16 - 1 PARKER PARK C. Placement: Place the landscape boulders as shown on the Drawings and or as directed by Architect in field. Architect shall be present on site during placement. Provide 48 hours notice before placement. 3.02 CLEAN UP A. Waste Removal: All waste as a result of landscape boulder installation shall be removed from the site and disposed of legally. Clean the boulders thoroughly without disturbing moss growth. 3.03 PAYMENT A. The Contract unit price paid for Landscape Boulders shall be considered full compensation for furnishing all labor, material, equipment, tools, and incidentals, for all work involved as specified in this Section, as shown on the Drawings, and as directed by the Architect, and no separate payment shall be made. END OF SECTION JUNE 26, 2015 LANDSCAPE BOULDERS 100% CONSTRUCTION DOCUMENTATION SECTION T32 41 16 - 2 PARKER PARK LANDSCAPE IRRIGATION - SECTION T32 84 00 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division -1 Specification Sections, apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. Extent: Furnish all labor, material, equipment, tools, and incidentals necessary for the installation of a complete and operational automatic Landscape Irrigation system as shown on the Drawings and as specified in this Section. The work includes: 1. Trenching, excavation, backfill including base and backfill materials. 2. Electrical and wiring/conduit work associated with the system. 3. Maintenance of the system during the maintenance period. 4. Removal and modification and/or relocation of existing irrigation equipment as required to complete the work. 5. Connection to existing mains. B. Related work includes but is not limited to: 1. Earthwork and Grading 2. Landscape Planting 3. Landscape Maintenance 4. Site Electrical System 1.03 STANDARDS A. Unless otherwise shown or specified, all materials and methods shall conform to the applicable current sections of: 1. National Sanitation Foundation (NSF) Standard 61 Drinking Water System Components B. ASTM International Standards (latest revisions) as they apply to this work and related test methods, including: 1. D1784 Specification for Rigid Polyvinyl Chloride (PVC) Compounds and Chlorinated Polyvinyl Chloride (CPVC) Compounds 2. D1785 Specification for Polyvinyl Chloride Plastic Pipe, Schedules 40, 80, and 120 3. D2241 Specification for Polyvinyl Chloride Pressure -Rated Pipe (SDR) 4. D2287 Specification for Nonrigid Vinyl Chloride Polymer and Copolymer Molding and Extrusion Compounds 5. D2464 Specification for Threaded Polyvinyl Chloride Plastic Pipe Fittings, Schedule 80 6. D2466 Specification for Polyvinyl Chloride Plastic Pipe Fittings, Schedule 40 7. D2467 Specification for Polyvinyl Chloride Plastic Pipe Fittings, Schedule 80 8. D2564 Specification for Solvent Cements for Polyvinyl Chloride Plastic Piping Systems 9. D2609 Specification for Plastic Insert Fittings for Polyethylene Plastic Pipe 10. D2672 Specification for Joints for IPS PVC Pipe Using Solvent Cement 11. D2737 Specification for Polyethylene (PE) Plastic Tubing 12. D2855 Standard Practice for Making Solvent -Cemented Joints with Polyvinyl Chloride Pipe and Fittings 13. D3350 Specification for Polyethylene Plastics Pipe and Fittings Materials 14. F690 Standard Practice for Underground Installation of Thermoplastic Pressure Piping Irrigation Systems C. All materials and methods shall conform to the applicable standards of the following organizations: 1. American Society of Irrigation Consultants (ASIC) Design Guidelines for Earth Grounding Electronic Equipment in Irrigation Systems 2. American Water Works Association (AWWA) Standards JUNE 26, 2015 LANDSCAPE IRRIGATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 84 00 - 1 PARKER PARK 3. American Welding Society (AWS) Specifications 4. Copper Development Association: Copper Tube Handbook. 5. Manufacturers Standardization Society (MSS) Standards 6. National Electrical Manufacturers Association (NEMA) Standards 7. Underwriters Laboratories (UL) Standards 1.04 REVIEWS A. Contractor shall specifically request at least (2) two days in advance the following reviews prior to progressing with the work: 1. Site Preparation Review - Heads to be removed and staking and/or removal of valve boxes and valves as needed to make final grade. 2. Preliminary Review -II — Main -line layout, trenching, pressure -test. 3. Intermediate Review - Irrigation coverage, controller location. Requirements for irrigation coverage inspection are specified herein. 4. Substantial Completion Review - valve box inspection, and overall operation of the irrigation system. 5. Final Review (at the completion of Maintenance Period) - all punch -list items identified at Substantial Completion Review. 6. See Specification Sections Earthwork and Grading, Soil Preparation, Landscape Planting, and Landscape Maintenance for other items to be inspected during these reviews. 7. Each review shall be conducted only after all items pertaining to that review as noted above and in related Sections have been completed by the Contractor. 1.05 QUALITY ASSURANCE A. All materials shall be new and of the best quality available unless otherwise specified. Manufacturer shall be clearly marked on all material, containers, or certificates of contents for inspection. B. Submittals: Within fourteen (14) days after Notice to Proceed submit: 1. Product data on all specified irrigation equipment, including any proposed substitutions. 2. Controller manufacturer's recommended grounding details. C. Certification: Prior to the Substantial Completion Review submit to the Architect: 1. Written statement that the controller has been grounded adequately from the controller manufacturer's representative or other qualified testing professional. 2. Written statement that the communication system has been installed correctly from the controller manufacturer's representative. 3. Written statement that the decoder system, including grounding, has been installed correctly from the decoder system manufacturer's representative. D. Maintenance Binder: As specified herein. 1.06 DELIVERY, STORAGE AND HANDLING A. General: Exercise care in loading, unloading, storage, and handling of pipe, fittings, and irrigation equipment. B. Any pipe / fittings that have been cracked, dented, or otherwise damaged shall be removed from the site. If installed, pipe / fittings shall be replaced with undamaged piping / fittings to the satisfaction of the Architect at no additional cost to the Owner. 1.07 UTILITIES JUNE 26, 2015 100% CONSTRUCTION DOCUMENTATION LANDSCAPE IRRIGATION SECTION T32 84 00 - 2 PARKER PARK A. Contractor shall verify location of all on site utilities prior to trenching. Notify Architect by telephone and in writing of any conflicts prior to installation. Restoration of damaged utilities shall be made at the Contractor's expense to the satisfaction of the Architect. 1.08 CODES A. Irrigation system and electrical power to controller shall be installed and tested in accordance with local codes and manufacturer's specifications. 1.09 TESTING A. The existing backflow preventer shall be tested and approved by a licensed testing agency prior to substantial completion. Submit test results certificate to Owner as part of Substantial Completion review for Landscape Maintenance Period authorization. PART 2- PRODUCTS 2.01 PLASTIC PIPE AND FITTINGS A. Unless otherwise noted: 1. Lateral pipe shall be SCH-40 PVC, Solvent Weld Joint. 2. Mainline for pipes up to 2" diameter shall be SCH-40 PVC, Solvent Weld Joint. 3. All PVC solvent weld fittings for lateral piping shall be Schedule 40 PVC. 4. Main line fittings shall be Schedule 40 PVC. 5. All threaded fittings for lateral pipe shall be Schedule 40 PVC heavy wall. 6. All main line threaded fittings shall match the pipe type. 7. All risers and nipples shall be Schedule 80 PVC, molded thread. Machine threaded nipples shall not be allowed. 8. Plastic threaded fittings shall have Permatex #2 thread sealant with Teflon or equal. 9. PVC cement shall be IPS (Industrial Poly Chemicals) for solvent weld, with associated primer to fit pipe type and size. 2.02 DRIP IRRIGATION A. Approved manufacturers of drip irrigation products: 1. Agrifim by NDS, Fresno CA, (800) 688-8108 www.ndspro.com 2. Netafim, Fresno CA (888)638-2346 www.netafimusa.com 3. Rainbird, Azusa CA (800)458-3005 www.rainbird.com 4. Toro, Riverside CA (877)345-8676 www.toro.com B. Supply system: 1. Valve Assembly: solenoid valve, filter, and pressure regulator shall be as specified on the Drawings. 2. Laterals, supply / exhaust headers shall be specified under Plastic Pipe and Fittings in this Specification, size per the Drawings. C. Accessories: 1. Flush valve where shown on the Drawings. 2. Air -relief valve by manufacturer where shown on the Drawings. 3. Fittings shall be as provided by the drip irrigation pipe manufacturer. 4. Stakes / staples shall be as provided by the drip irrigation pipe manufacturer. D. Surface Drip: 5. Dripper line: as shown on the Drawings. 6. Use manufacturer's blank tubing to transport water across locations where irrigation is not required and as shown on the Drawings. JUNE 26, 2015 100% CONSTRUCTION DOCUMENTATION LANDSCAPE IRRIGATION SECTION T32 84 00 - 3 PARKER PARK 2.03 SLEEVING A. All main and lateral lines located beneath paving shall be sleeved with Schedule 40 PVC pipe unless otherwise noted. 1. For pipes, sleeves shall be 4" dia. or twice the aggregate diameter of all pipes contained within the sleeve, whichever is greater. 2. For conductors, sleeves shall be a 1" dia. or sized per the conductor requirement, whichever is greater. 2.04 VALVE BOXES A. Valve boxes: Pre -cast lockable plastic by Carson Industries LLC, or approved equal, free of all cracks, chips or structural defects. Size as required by equipment plus adequate clearance to operate valves unless otherwise noted. 1. Boxes subject to vehicular traffic shall be concrete and have traffic lid covers. 2. All valve box lids shall be labeled with the valve station number using a weather resistant method. Plastic valve box lids may be labeled with the valve station number using a branding tool / branding iron. 3. Plastic valve boxes in turf areas shall be green color unless otherwise noted. 4. Plastic valve boxes in planting / mulch areas shall be black color unless otherwise noted. B. Valve identification tags: as manufactured by Christy Enterprises, Anaheim CA, (800)258-4583, or approved equal. 1. A Valve ID tag, with the valve station # clearly marked with weatherproof method, shall be attached to the inside of each remote control valve, and attached by means of a weatherproof tie. 2.05 IRRIGATION EQUIPMENT A. As shown on the Drawings, or approved equal. 2.06 CONDUCTORS A. Control Wire: Type UF, 600V, copper, common ground white, UL listed for irrigation control use. 1. Minimum wire gauge #14, use gauge appropriate to distance to account for voltage loss. 2. PVC (polyvinyl chloride) or PE (polyethylene) insulation. 3. Splices shall be sealed in wire -nut & resin or epoxy filled envelopes. Direct bury splice kits DBY/DBR by 3M, Scotchcast 3570G by 3M, or approved equal. B. Two -Wire: Polyethylene double jacketed, or UF -B UL PVC double jacketed two -conductor solid core designed for direct burial with insulation 3/16 inch (.060") thick, high density sunlight resistant incased in an outer jacket of Polyethylene or PVC conforming to ICEA S -GL -402 or NEMA WC5, having a minimum wall thickness of .045 inches, Rainmaster #TW -CA -14 or equal. Rainmaster (805) 527-4498. All wire insulation shall be intact and free of nicks and cuts. C. Controller Power: See Electrical Specifications 2.07 SURGE PROTECTION A. Lightening Arrestor: Lightening Arrestor, Model #BL-LA01, as available from Ewing, (361) 814-9530. B. Grounding Rods and Plates: All grounding rods shall be bare copper of 5/8 inch diameter or greater and 8 feet length or greater. All grounding plates shall be 5 square feet, typically 4 inches by 96 inches, as outlined in ASIC Earth Grounding Guideline 100-2002. JUNE 26, 2015 LANDSCAPE IRRIGATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 84 00 - 4 PARKER PARK 2.08 CONDUIT A. Conduits: See Electrical Specifications PART 3 - EXECUTION 3.01 GENERAL A. Acceptance of Work: Site grading shall be completed and/or accommodated to specified tolerances before trenching. The contractor shall be responsible for verifying the existing conditions on site and the removal and or reinstallation required making the grades. B. Schematic: System features are shown schematically for graphic clarity. Install all piping and valves in common trenches where feasible and inside planting areas. C. Coordination: Coordinate trenching as required with trenching contractor as well as with any other trades affected by irrigation installation. Coordinate installation of pipe and other irrigation equipment with other existing and proposed utilities and planting locations. D. Grading: Contractor shall be responsible for installing all irrigation features to their finished elevation and at depths indicated. E. Finish Grade: Unless otherwise noted, all heads shall be set at, and perpendicular to, finish grade. F. Record Drawings of As -Built Conditions: Contractor shall regularly update a print of the system and any changes made to the system throughout the project. 1. Features below ground shall be indicated with at least two measurements from surface features such as pavements, fences and buildings. 2. Indicate actual control and ball valve and quick coupler locations in a similar manner. Indicate locations for valve boxes for intermediate control wire splices. 3. All final changes shall be recorded on a reproducible plan before trenches are backfilled. The as -built plan shall be completed and submitted to the Architect before final payment shall be made for work installed. G. Guarantee: Contractor shall guarantee irrigation system for one year from date of acceptance. 3.02 INSTALLATION A. Point of Connection: shall be below grade. B. Trenching: Trenching for mainline, sleeves, and laterals shall be to the required depths as shown on the Drawings. Maintain excavations free of water while installing pipe and until backfilled. C. Pipe: pipes shown parallel on the Plan may be installed in a common trench. Where required, snake pipe from side to side when trench exceeds 30 feet in length. 1. Where pipes are shown parallel to or adjacent to shrub or ground cover areas, they shall be installed in these areas. 2. Where pipes are shown parallel to or adjacent to lawn areas versus pavement, they shall be installed in the lawn area. All changes in depth of pipe shall be accomplished using 45 degree fittings. D. Sleeves: Contractor shall adequately size sleeves for all wiring and irrigation lines to be placed (with ends clearly marked above grade) under driveways and walks prior to their construction. 1. Sleeves shall continue a minimum of 1 foot into planting areas. 2. All wiring shall be in a separate sleeve. 3. Install removable non -decaying plugs, expanding insulation foam or equal, at ends of sleeves and conduits to prevent entrance of earth. JUNE 26, 2015 LANDSCAPE IRRIGATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 84 00 - 5 PARKER PARK E. Fabrication: All manifolds shall be neat, orderly, and constructed for ease in maintenance operations. Install manifolds to allow valve boxes to be parallel to each other and to adjacent walls, walks, and curbs. Cuts and joints shall be free of burrs, smooth and minimum in quantity. F. Irrigation Equipment: 1. Install irrigation equipment as shown on the Drawings. G. Backfilling: 1. Cover no joints until system has been pressure tested and approved by the Architect. Level bottom trenches for a smooth flat grade, and excavate bell holes where necessary to ensure that pipe rests for entire length on solid ground. Should rock or other unsuitable material be encountered, excavate to 6" below bottom of pipe and replace with well tamped and compacted approved backfill material or sand before laying pipe. When piping has been installed, tested, inspected, and approved, backfill excavations with clean earth from excavation, or with imported sandy soil in layers not exceeding 8". The top 6" of the trenches shall contain on-site near surface soils. Backfill with potentially damaging rocks and debris shall not be permitted. Moisten and machine tamp, and restore the ground or paving to original condition. 2. Backfill shall be compacted per specification, see Specification Section Earthwork and Grading. 3. After backfilling, remove from the premises all surplus earth resulting from this work and dispose of same, to the satisfaction of the Architect. H. Flushing of System: After installation of pipe lines and sprinkler risers, but before installation of sprinkler heads, thoroughly flush the system under full water main pressure to remove any foreign material in the pipes. Backfill and settle soil. Rake smooth to match surrounding grade. 1. Check grade tolerance with 10' straight edge across each head. 2. Flushing shall include flushing out the existing mainline. I. Sprinkler heads: Install heads as shown on the Drawings. Spacing of heads shall not exceed that shown on the Drawings, unless verified in advance with the Architect. J. Coverage Adjustments: Adjust all heads for arc, radius, riser height, and distribution for uniform and optimum coverage, and eliminate overspray onto paved surfaces and structures. Such adjustments shall include nozzle changes without additional cost to the Owner. 1. Verify that locations of and flow from dripper line is optimum for each root ball watering. K. Valve Boxes: Install valve boxes so that the top of box is 1/2" above finish grade in turf areas and 1-'/2" above finish grade in mulch areas. Install valve box assembly in ground cover / shrub and not in hard paved areas. Install in lawn area only if groundcover does not exist adjacent to lawn. 1. Each valve shall have a valve -identification tag, the corresponding valve box cover shall be branded with the valve identification number. L. Clean-up: Keep project area clean on a daily basis, removing debris from the site. 3.03 CONTROL WIRE A. General: Install control wire in pipe trenches wherever practical. All wire shall be installed below or level with the bottom of adjacent pipes. Where pipes are not available, control wire shall be installed inside conduits as specified in this section. 1. Bundle wire and tape to pipe every 10 feet. Conduits or sleeve required shall be sized based on control wires as specified herein. 2. All wiring above finish grade shall be enclosed in steel conduit. 3. Color of control wire shall be different than pilot wire. 4. One solenoid valve per station unless otherwise indicated on the Drawings or with prior approval of the Architect. JUNE 26, 2015 LANDSCAPE IRRIGATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 84 00 - 6 PARKER PARK 5. All wiring shall be tested for continuity, open circuits and unintentional grounding prior to connecting. B. Two -Wire: 1. Install control wire in pipe trenches wherever practical. All wire shall be installed below or level with the bottom of adjacent pipes. 2. Tape to bottom of pipe every 10 feet. 3. Install in "Looped Configuration" per manufacturer's recommendations. 4. All wiring above finish grade shall be enclosed in steel conduit. 5. All splices shall be sealed with TW -SPLICE -14 gel filled connectors, or equal. Twist wires to provide a solid mechanical connection before securing the attachment by adding the wire nut. Grease filled wire nuts are not acceptable. Test connections before immersing the wire nut in gel -filled cap. C. Splices: shall be sealed with direct bury connectors as specified in this section. 1. All intermittent wire splices between valves or between controller valves shall be installed in a valve box, locations as approved by the Architect. D. Additional wire: Control wire for unused stations shall be pulled as noted on the Drawings. 1. Provide 24" excess wiring in each valve box / pull box and in the nearest project valve box at 100 -ft intervals on wire runs of greater than 100 -ft. Neatly coil in valve box or pull box. 3.04 SURGE PROTECTION A. Lightening Arrestor: Install lightening arrestors a minimum of every 600 ft along the two -wire path, and at valves off of the two -wire path a distance greater than 25 feet, in an appropriate irrigation box, and grounded accordingly. Connect to the two -wire cable and grounding rod and plate(s) in accordance with the specification. Connect to grounding rod with bare copper wire using screw clamp or Cadweld type connectors. B. Grounding Rods and Plates: 1. Locate at a minimum distance to assure that the two -wire path is outside of the electrode sphere of influence for the grounding rod. For an 8 foot grounding rod, this means that the grounding rod must be connected at least 8' away from the two -wire path, at a right angle to the two -wire path. Grounding rods and plates shall not be installed in or under a valve box, meter box, or electrical box. 2. All connections to grounding rods shall conform to ASIC Earth Grounding Guideline 100-2002, and shall consist of either a Cadweld type or screw clamp type of connection. Cadweld or equivalent connections are preferred. 3. Any wire extensions required to connect from a grounding rod to a lightning arrestor or enclosure ground lug shall be bare copper, and shall not have any sharp bends or kinks. Wire extensions connected to lightning arrestors shall use a Cadweld type or screw clamp type connection where the bare copper ground wire meets the green grounding wire from the Lightning arrestor. 3.05 DRIPPER LINE INSTALLATION A. Install all drip line and equipment as indicated on drawings. Follow equipment Manufacturers Instructions. B. Bury all supply and distribution pipes to the depths shown on the Drawings. C. Snake the distribution pipes through the planting to allow for expansion and movement. Do not kink the pipes, use right angle connectors in tight corners. D. Install metal wire staples / anchors at 3' on center, and two (2) staples / anchors on each change of direction (tee, elbow, or cross). JUNE 26, 2015 LANDSCAPE IRRIGATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 84 00 - 7 PARKER PARK 3.06 CONTROLLER A. General: The Contractor is advised that based on existing soil types, soil imports, and final ground conditions, additional grounding equipment may require to be installed at no extra cost to the Owner. 1. Submit manufacturers grounding equipment details recommended for the Project. B. Installation: controller pedestal onto concrete base per the Drawings. C. Power: Install power to controller following all applicable electrical codes. Install GFCI switch and 9 -volt battery. 1. For multiple controllers — each controller shall have a separate, dedicated common. D. Grounding: Contractor shall bear responsibility for determining, from the Controller manufacturer, the grounding equipment recommended for the specific project soil and weather conditions. The guidelines below are provided for information only. 1. Each controller shall be grounded individually, unless otherwise noted by the Controller manufacturer. 2. Grounding rods, where required, shall be of copper -clad steel type and grounding plates where required, shall be of solid -copper type. 3. A typical installation requires the installation of a 5/8" dia. x 8' long UL listed grounding rod embedded in the soil per Controller manufacturer's instructions. 4. For sandy, dry, and/or loose soils, a grounding plate set in appropriate earth contact material may be required per Controller manufacturer's instructions. 5. For areas known to be prone to lightning, a transient protection board and surge protector may be required inside the controller(s) per Controller manufacturer's instructions. 6. Contractor shall demonstrate, at Final Completion that the Controller has been adequately grounded for the specific project soil and weather conditions and provide a written statement to this effect from the Controller Manufacturers representative or other qualified testing professional 3.07 VALVE STATIONING A. Contractor shall clearly label and sequence stations according to the assigned valve identification numbers shown on the Drawings. In case valve sequencing needs to be changed for ease in maintenance operations, verify changes in advance with the Architect. Final valve stationing shall be marked clearly on the as -built Drawings. 1. Valve -stationing Plans: Provide laminated copies 11x17 size, of the As -built Irrigation Drawings with color -coded valve zones, for reference purposes inside the controller. 2. Include a copy of the Valve -stationing Plans in the Maintenance Binder. 3.08 PRESSURE TEST A. Pressure Test: 1. Notify the Owner a minimum of two (2) working days prior to pressure test. 2. Contractor shall furnish all equipment and temporary connections required for tests at no additional cost to the Owner. 3. Exercise caution in filling the system to prevent excessive surge pressure and water hammer. 4. Pipe subject to continuous water pressure (pressure lines) shall be tested at 125 lbs. of hydro- static pressure for two hours with a maximum 5 PSI drop. Repair any leaks, if necessary, and re -test. B. Closing in Un -inspected Work: The Contractor shall pay all costs necessitated by requiring opening, restoration and correction of all work closed in or concealed before inspection, testing as required and approval by Architect. Notify Architect 48 hours in advance of required testing. JUNE 26, 2015 LANDSCAPE IRRIGATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 84 00 - 8 PARKER PARK 3.09 IRRIGATION COVERAGE A. Inspection of irrigation coverage shall take place during the Intermediate Review, as specified herein. 1. The Contractor shall, in the presence of the Architect, perform a coverage and operation test to determine if the system is fully operational. 2. If it is determined that adjustments in the irrigation equipment and the re -spacing of heads and/or relocation of emitters will provide more complete coverage, the Contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle or emitter sizes and degrees of arc as necessary. 3. The Contractor shall be responsible for making changes and obtaining complete and adequate coverage in all irrigated areas at no additional cost to the Owner. 3.10 HARDWARE A. See Specification Section Landscape Maintenance for items to be handed over to the Owner at the in-service meeting. 3.11 MAINTENANCE BINDER A. Submit at the time of Substantial Completion Review, a Maintenance Binder with the following documents: 1. Sheet containing: a. Contractor's name, address, and phone number. b. Controller assembly manufacturer's name, address, and phone number — if applicable c. Controller manufacturer's service address, and phone number 2. Copies of the following documents: a. Valve -stationing Plan 3. Warranties and Certificates. Warranty documents or accompanying letters on company letterhead shall note project name and location and effective start date for warranties. a. Irrigation Controller Warranty. b. Backflow Prevention Device testing certificate. 4. Statement of verification of correct installation and operation: a. Controller grounding verification b. Communication System verification c. Decoder system verification B. The Maintenance Period shall not commence until the Maintenance Binder has been reviewed and approved by the Architect. 3.12 MEASUREMENT AND PAYMENT A. The Contract lump sum price paid for Landscape Irrigation shall be considered full compensation for furnishing all labor, material, equipment, tools, and incidentals, for all work involved as specified in this Section, as shown on the Drawings, and as directed by the Architect, and no separate payment shall be made. END OF SECTION JUNE 26, 2015 LANDSCAPE IRRIGATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 84 00 - 9 PARKER PARK SOIL PREPARATION - SECTION T32 91 13 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division -1 Specification Sections, apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. Extent: Furnish all labor, material, equipment, tools, and incidentals necessary for Soil Preparation of planting areas as shown on the Drawings and as specified in this Section. The work includes installation of soil amendments, finish grading and plant pit backfill. B. Related work includes but is not limited to: 1. Site Clearing 2. Earthwork and Grading 3. Landscape Planting 1.03 REVIEWS A. Contractor shall specifically request at least (2) two days in advance the following review prior to progressing with the work: 1. Intermediate Review — completion of site grading, amendment depths, finish grade. 2. See Specification Sections Landscape Irrigation and Landscape Planting for other items to be inspected during this review. 3. The review shall be conducted only after all items pertaining to the review as noted above and in related Sections have been completed by the Contractor. 1.04 SUBMITTALS A. Test Samples: Contractor shall provide samples, as specified herein, to an agricultural soils testing laboratory approved by the Architect, referred to herein as the Testing Lab, unless delivered to the site in original, unopened containers, each bearing the manufacturer guaranteed analysis. 1. Testing Lab — Soil, Water and Forage Testing Laboratory, 2610 F&B Road, College Station, TX 77845, (979) 845-4816 or prior approved equal. 2. Use of an alternate soil testing lab without prior approval shall be cause for rejection of the submitted analysis. 3. No material shall be delivered to the site until the Architect approves the material. 4. The same Testing Lab shall be used for all tests specified herein. 5. Contractor shall pay for all testing fees from the Testing Lab for all tests specified herein. B. Product Certificates: Certification stating quantity, type, and composition, weight and origin for all amendments and chemicals shall be delivered to the Architect within fourteen (14) days of the Notice to Proceed and before the material is delivered to the site. C. Testing — Existing Soil: Prior to finish grading operations or at least four weeks before proposed planting operations, Contractor shall take a sample each of the topsoil and sub -soil, from 0"-12" deep, in three separate locations across the site after rough grading, as directed by the Architect. Samples shall be mixed from the three locations to provide a composite sample, representative of the entire site, combined volume of samples not less than 2 quarts. Soil samples shall be forwarded to the Testing Lab by the Contractor for testing and recommendations as to exact fertilizers and soil amendments to be used in planting, analysis tests 7 and 10 or approved equal. 1. Amendment and fertilizer recommendations by the Testing Lab shall be specific to the proposed amendments to be used. Generic recommendations will require the Contractor to re -obtain specific recommendations from the Testing Lab. JUNE 26, 2015 SOIL PREPARATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 91 13 - 1 PARKER PARK 2. Soils report shall include an estimated infiltration rate for the tested soils. D. Testing — Amendments: Contractor shall provide, along with a sample, latest analysis of amendments / bulk organic materials by the Testing Lab for verification of conformance to this specification, and specific recommendations as to exact quantities to be used in planting. 1. Analysis shall conform to physical and chemical properties specified herein. 2. Analysis shall not be more than three months old at the time of submitting sample. E. Testing — Imported Topsoil: Contractor shall provide, along with sample, latest analysis of soil proposed to be imported by the Testing Lab for testing as to exact fertilizers and soil amendments to be used in planting. 1. Submit certificate or sample of any proposed bulk organic materials simultaneously for testing with soil samples for optimum amendment recommendations. 2. Analysis shall not be more than three months old at the time of submitting sample. 3. Should the final soil mixture be a combination of existing soil and imported topsoil, Contractor shall provide additional lab recommendations on method of mixing and exact fertilizers and soil amendments to be used in planting for the mixture. F. Submit delivery tags for all amendments and fertilizers delivered to the Site for the Project. 1.05 PROTECTION A. Protect concrete from any sulfate -based amendments that may be specified from soils analysis to avoid staining. Concrete damaged from amendment placement shall be replaced at the Contractor's expense. PART 2- PRODUCTS 2.01 EXISTING SOIL A. Topsoil: The top layer of existing soil in planting areas below the grass root zone, containing minerals and organic materials including humus. Depth of topsoil shall be taken to be 2-4 inches deep or as determined by the Architect at the time of construction after clearing and grubbing. See Specification Section Site Clearing. 1. At turf areas topsoil starts below the grass root zone. 2. At planting areas other than turf, topsoil starts below the mulch and organic matter layer (0 horizon). 3. Soil underneath paving and aggregate base areas shall not be considered as top soil. B. Sub -soil: Shall be the remaining existing soil on the site after clearing & grubbing, after topsoil has been removed, and after all rocks over one cubic inch and all foreign debris and organic material have been removed. 1. Soil under paving and aggregate base areas shall be considered as subsoil provided contamination testing as specified elsewhere in this section indicates that it is free of contaminants that are harmful to plant growth. JUNE 26, 2015 SOIL PREPARATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 91 13 - 2 PARKER PARK 2.02 IMPORTED TOPSOIL A. Imported Topsoil: USDA classification of fraction passing a 2.0 mm seive: Shall be loose, friable silty clay, free of harmful insects, all weed growth, clods over 1" and/or clods that will not be pulverized during operations, and free of rocks. 1. Class particle size range maximum % minimum Coarse sand 0.5 - 2.0 mm 10 0 Silt plus clay <0.05mm 100 70 Other classes Organic 15 5 2. Chemistry - Suitability Considerations Salinity: Soil Saturation Extract (ECe) - Less than 4.0 dS/m (mmhos.cm) @ 25° C. Sodium: Sodium Adsorption Ratio (SAR) - Less than 6.0 Boron: Saturation Extract Concentration - Less than 1.0 ppm Reaction: pH of Saturated Paste — 5.5-7.0 3. Fertility Considerations: Soil to contain sufficient quantities of available nitrogen, phosphorus, potassium, calcium and magnesium to support normal plant growth. In the event of nutrient inadequacies, provisions shall be made to add required materials prior to planting. 2.03 FERTILIZER A. Fertilizer shall be the following: 1. Commercial fertilizer: for soil amendment shall be 16-6-8 (N -P -K) uniform pellet. 2. Commercial fertilizer packets: for plants shall be controlled -release three year 16-8-8 (N -P -K) by Nutri Pak. 3. The requirements above are for bidding purposes only, exact fertilizer types to be determined by Testing Lab analysis. 2.04 SOIL AMENDMENTS A. Nitrogen Stabilized Organic Amendment: shall be mineralized and nitrogen stabilized bark or sawdust humus, with wetting agent and properly pulverized and shall have a minimum of 270 lbs. per cubic yard of amendment. Submit sample analysis for approval. B. Gypsum: Agricultural Grade 2.05 CHEMICALS A. The following brand names of various chemicals to be used in this Section are provided for ease of specifying; equals or brands with similar chemicals that will match or improve performance may be used at the Contractor's discretion. Contractor shall verify use of any chemicals with Architect prior to application: 1. Pre -emergent herbicides - (granular form only) "Treflan " or "Ron Star " 2. Post -emergent herbicides JUNE 26, 2015 SOIL PREPARATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 91 13 - 3 PARKER PARK PART 3 - EXECUTION 3.01 GENERAL A. Limits and Grades: Prior to commencing soil preparation operations, Contractor shall request a review by the Architect to verify specified limits of soil preparation work to commence. Soil amendment limits include all naturalized areas unless otherwise noted. 3.02 IMPORTED TOPSOIL PLACEMENT A. Imported topsoil shall be installed and completed as necessary to produce final finish grade requirement, minimum depth 2". B. Sub -grade shall be cross -ripped or cultivated to a depth of 10 inches. Water shall be added and ripping or cultivation shall be continued until the entire 10 inch depth is loose and friable. Place topsoil uniformly over sub -grade and thoroughly cultivate and bring to a smooth, even grade. Soil shall be thoroughly water settled and high/low areas re -graded in accordance with paragraph "Finish Grading" this Section. C. Stockpiled Topsoil: See Specification Section Earthwork and Grading 3.03 AMENDMENT PLACEMENT A. The requirements below are for bidding purposes only, adjustments to the bidding formula shall be determined by the Testing Lab analysis. B. All planting areas including naturalized areas shall be thoroughly cross -ripped to a minimum 10 inch depth. Upon completion of cross -ripping the amendments shall be applied, including the naturalized areas, as follows: Amount/1000 Square Feet 6 cubic yards Nitrogen Stabilized Organic Amendment 12 lbs. Commercial Fertilizer 50 lbs Gypsum C. The materials shall then be uniformly spread and incorporated to obtain a homogeneously blended soil, six inches in depth. D. Plant pits: Soil which has been amended in the above manner shall be used as the backfill mix around the sides of the root balls. See Specification Section Landscape Planting for plant pit requirements. 3.04 FINISH GRADING A. Contractor shall finish grade all planting areas unless otherwise noted, and shall remove all rocks and clods over one cubic inch. In lawn areas, all rocks and clods shall be removed. All areas shall be smooth and uniformly graded. All erosion damage during the construction period shall be repaired by the Contractor. B. Unless otherwise noted, all soil finish grades shall be 1/2 inch below finish grade of walks, pavements, and curbs. 3.05 CHEMICALS A. Herbicides and pesticides: Contractor shall verify compatibility, dosage and other application procedures with the manufacturer. All chemicals shall be applied by a pest control operator licensed in the State of Texas. JUNE 26, 2015 SOIL PREPARATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 91 13 - 4 PARKER PARK B. Planting areas: Treat all ground cover and non -naturalized areas for weed control with pre - emergent herbicide, as recommended by the manufacturer. See Specification Section Landscape Maintenance for related work. C. Naturalized areas: After cross -ripping specified earlier and after weed germination from first rains or Contractor applied water, spray naturalized areas with post -emergent herbicides. Weeds shall be sprayed prior to going to seed and shall be at least 2" tall. This process shall take place over a minimum of two weeks. Upon weed kill, seeding shall be applied per Specification Section Landscape Planting. D. Include copies of documentation of pesticide and herbicide applications, countersigned by the Architect, in the Maintenance Binder — see Specification Section Landscape Maintenance. 3.06 FERTILIZER A. All container stock shall receive additional fertilizer, in the form of commercial fertilizer packets at the rate of: Container size 4 -inch pot One gallon plant Five gallon plant Fifteen gallon plant 24" box 36" box Fertilizer Packets one (1) packet two (2) packets four (4) packets ten (10) packets fifteen (15) packets fifteen (15) packets 1. Space the tablets evenly around the ball halfway up backfill touching side of root ball. 2. The requirements above are for bidding purposes only, exact application rates per Testing Lab analysis. 3.07 MEASUREMENT AND PAYMENT A. The Contract unit price paid for Soil Preparation shall be considered full compensation for furnishing all labor, material, equipment, tools, and incidentals, for all work involved as specified in this Section, as shown on the Drawings, and as directed by the Architect, and no separate payment shall be made. 1. Payment for importing topsoil shall be included in the Contract unit price for Imported Toposoil. END OF SECTION JUNE 26, 2015 SOIL PREPARATION 100% CONSTRUCTION DOCUMENTATION SECTION T32 91 13 - 5 PARKER PARK LANDSCAPE PLANTING - SECTION T32 93 03 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division -1 Specification Sections, apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. Extent: Furnish all labor, material, equipment, tools, and incidentals necessary for the provision and installation of plant materials as shown on the Drawings and as specified in this Section. B. Related work includes but is not limited to: 1. Soil Preparation 2. Landscape Irrigation 3. Landscape Maintenance 1.03 QUALITY ASSURANCE A. Quality: Minimum quality of all plant material shall unless otherwise indicated conform to: 1. ANSI Z60.1-2004 American Standard for Nursery Stock, Sponsored by the American Nursery and Landscape Association (ANLA) 2. Additional standards as indicated on the Drawings and as specified herein. B. Applicable ASTM International Standards (latest revisions) as they apply to this work and related test methods, including: 1. C602 Specification for Agricultural Liming Materials 2. D5268 Specification for Topsoil Used for Landscaping Purposes 1.04 SUBMITTALS A. General: Within fourteen (14) days after Notice to Proceed submit the following: 1. Documentation certifying quantity and species of plant material ordered, the nursery supplier(s), any plant material not available at that time, or proposed substitutions to be reviewed. 2. Product data on all associated planting products specified herein. 3. 4 -ounce sample of mulch. 1.05 REVIEWS A. Contractor shall specifically request at least (2) two days in advance the following review prior to progressing with the work: 1. Intermediate Review — plant material approval and layout/locations. See Specification Sections Landscape Irrigation and Soil Preparation for other items to be inspected during this review. B. Contractor shall specifically request at least (5) five days in advance the following reviews prior to progressing with the work: 1. Substantial Completion Review (to initiate Maintenance Period) — all planting areas including turf and naturalized grass if applicable. See Specification Section Landscape Maintenance. 2. Final Review (at the completion of Maintenance Period) - all planting areas including turf and naturalized grass if applicable, including all punch -list items identified at Substantial Completion Review. See Specification Section Landscape Maintenance. C. Each review shall be conducted only after all items pertaining to that review as noted above and in related Sections have been completed by the Contractor. JUNE 26, 2015 LANDSCAPE PLANTING 100% CONSTRUCTION DOCUMENTATION SECTION T32 93 03 - 1 PARKER PARK PART 2 - PRODUCTS 2.01 GENERAL A. Nomenclature and Labels: Plant botanical names conform to "Standardized Plant Names," second edition. All plants of each clone, species, and cultivar shall be delivered to the site labeled with their full botanical name. Every plant species shall be labeled with no less than one label for every ten plants of a species. B. Quantities: The quantities shown on the plant list and in labels are for the Architect's use and are not to be construed as the complete and accurate limits of the Contract. Contractor shall furnish and install all plants shown schematically on the Drawings. C. Root Systems: All container -grown stock shall be grown in its container for at least six months prior to its planting. Contractor shall allow one percent of the quantity of plants for removal and inspection. Any plant material, within two years following the final acceptance of the project, determined by the Architect to be defective, restricted, declining or otherwise deficient due to abnormal root growth, shall be replaced by the Contractor, to the equal condition of the adjacent plants, at the time of replacement. D. Health: Foliage, roots and stems of all plants shall be of vigorous health and normal habit of growth for its species. All plants shall be free of all disease, insect stages, burns or disfiguring characteristics. E. Untrue Species: All plant material, within two years following the final acceptance of the Project, determined by the Owner to be untrue to the species, clone, and/or variety specified, shall be replaced by the Contractor, to the equal condition of adjacent plants at the time of replacement. 2.02 TREES A. All trees shall have straight trunks of uniform taper, larger at the bottom. Trunks shall be free of damaged bark, with all minor abrasions and cuts showing healing tissue. Sucker basal growth and lateral growth shall be removed and treated to eliminate re -sprouting. Normal lower side branching shall remain. Trees unable to stand upright without support shall be rejected. 2.03 FERTILIZER A. 20-10-15 (N -P -K) Commercial Fertilizer, uniform pellet. 1. The requirements above are for bidding purposes only, exact fertilizer types per Testing Lab analysis. 2.04 TREE STAKES AND GUYING A. Pole Staking 1. Stakes: Peeled lodge pole pine logs, clean, smooth, new, and sized as follows: a. 2" dia x 8' long for trees less than 8' height b. 3" dia. x 8'-10" long for trees between 8'-10' height. c. Stake height per requirements of plant — see planting details. 2. Ties: Flat rubber ties 24" minimum length. Use roofing nails of adequate length to firmly attach ties to stake. B. Guying 1. Wire: 1/16" galvanized aircraft cable with 1/16" cable clamp 2. Tubing: 12" long PVC tubing 3. Model 40 duckbill earth anchor or equal JUNE 26, 2015 LANDSCAPE PLANTING 100% CONSTRUCTION DOCUMENTATION SECTION T32 93 03 - 2 PARKER PARK 2.05 MULCH A. Shall be chipped wood product such as cedar or redwood chips greater than 1/2 inch and less than 2 inch in length, and no more than 1/2 inch thick, and shall contain less than 1% foreign matter including soil, weeds, seeds, etc. by dry weight. 2.06 TURF SEED A. Shall be as specified below and shall be minimum 47% purity and 85% germination and shall be certified. Inert matter shall not exceed 5.0% nor weed content 0.2% with no noxious weeds. All seed shall be coated. Seed shall be as follows: B. For bidding purposes, seed shall be certified and shall be 100% Sahara Bermuda, as available from Buffel Grass (361) 881-8626. Final Bermuda variety shall be determined based on results of amended soils test. 2.07 NATIVE MEADOW SEED MIX A. Shall be as specified below. See 3.07 "SEED INSTALLATION" 2.08 ROOT BARRIERS A. Tree root barrier shall be locking panel type, fabricated from a high density and high impact extruded ABS, Polyetheylene, or Polyproylene with 50% post -consumer recycled plastic, with a mean thickness of 0.08". Plastic shall have 1/2 - 3/4 inch high raised vertical ribs on the inner surface spaced not more than 6-8 inches apart. Length and layout of root barrier to be per the Drawings. . Root barrier shall be one of the products below, or approved equal: B. Approved Suppliers: 1. Vespro, Inc., San Rafael, CA (800)554-0914. Depth to be 18". PART 3 - EXECUTION 3.01 GENERAL A. Plant Material Approvals: Before planting operations commence, all plant material shall be reviewed by the Architect. Defective plants shall be removed from the site and acceptable material substituted in its place. The review does not accept defective plants which may be installed. B. Layout: Only those plants to be planted in any single day should be laid out. Locations of all plants shall be reviewed prior to planting. Plants installed without this review may be transplanted/relocated as directed by the Architect. C. Protection of Plants: Contractor shall maintain all plant material in a healthy growing condition prior to and during planting operation. Contractor shall be responsible for vandalism, theft, and damage to plant material until commencement of the maintenance period. D. Pruning: Contractor shall do no pruning without specific authorization of the Architect. Plants pruned without authorization shall be replaced by the Contractor if necessary. 3.02 PLANT PITS A. Rootball shall rest only on undisturbed soil, or in the case of fill areas, on compacted, un -amended sub -grade. See Specification Section Soil Preparation for backfill mix requirements. Plant rootball and pits shall have their sides and bottoms loosened and otherwise broken to prevent glazing or compaction. 1. Plant pit sizes shall be as shown on the Drawings. JUNE 26, 2015 LANDSCAPE PLANTING 100% CONSTRUCTION DOCUMENTATION SECTION T32 93 03 - 3 PARKER PARK 2. Plant pits in paved areas shall extend to the edge of the planter opening in all directions unless otherwise noted on the Drawings. 3.03 TREE AND SHRUB INSTALLATION A. Watering basins: Construct basins as required to water plants during establishment period. Basin bottoms shall drain away from plant stems. See Specification Section Landscape Maintenance for removal of basins. B. Staking: All trees shall be staked unless otherwise noted on the Drawings. Install stakes as per the Details. 1. Stakes shall be driven securely into existing soil on the windward side of the tree. A minimum of two figure-eight, rubber tree ties shall be required. 2. If using rubber ties without wire, nail rubber ties to the back of stakes in areas of severe wind conditions C. Guying: Multi -stem trees 24" box and larger, shall be guyed unless otherwise noted on the Drawings. Install guys as per the Details. 1. A total of three (3) guys shall be installed spaced at 120 degrees. 3.04 CHEMICALS A. Pesticide: Contractor shall verify compatibility, dosage and other application procedures with the manufacturer. All pesticides shall be applied by a pest control operator licensed in the State of Texas. B. Include copies of documentation of pesticide applications, countersigned by the Architect, in the Maintenance Binder — see Specification Section Landscape Maintenance. 3.05 FERTILIZER A. Apply Commercial Fertilizer at 5 pounds per 1,000 square feet to all planting areas including turf, 30 days after planting. Re-application shall be scheduled at 45 day intervals until completion of Landscape Maintenance. 1. The requirements above are for bidding purposes only, exact application rates per Testing Lab analysis. B. Include copies of documentation of fertilizer applications, countersigned by the Architect, in the Maintenance Binder — see Specification Section Landscape Maintenance. 3.06 MULCH A. Install mulch to a minimum depth of 2 -inches — see the Drawings for areas to be covered. See finish grading in Specification Section Soil Preparation. 3.07 SEED INSTALLATION A. Grade all turf seed areas, thoroughly removing all ridges and depressions, and making all areas into smooth, continuous, firm planes that ensure proper drainage. Remove all soil lumps, rocks, sticks, and other deleterious material. B Sow seed at the rate specified below. Immediately after seeding, drag the seed into the soil. Dragging depths shall be per seed suppliers recommendations. 1. Turf Seed application rates: Sahara Bermuda 3 PLS lbs/1000 SF JUNE 26, 2015 LANDSCAPE PLANTING 100% CONSTRUCTION DOCUMENTATION SECTION T32 93 03 - 4 2. Interior Seed Mix application rates: Bouteloua curtpiendula Bouteloua r. 'Atascosca' Leptochloa dubia Panicum h. 'Ha llll & Fillipes' Aphanostephus skirrhobasis Oenothera speciosa Xanthisma texanum Side Oats Grama Texas Grama Green Sprangletop Hall's Panicum Lazy Daisy Pink Evening Primrose Sleepy Daisy 3. Perimeter Seed Mix application rates: Buchloe dactyloides Buffalo Grass Bouteloua gracilis Blue Grama Bouteloua hirsute Hairy Grama Castilleja indivisa Indian Paintbrush Gaillardia ambyodon Indian Blanket Lupinus texensis Bluebonnet C. Follow seed supplier recommendations for compaction. D. Thoroughly water seedbed after compaction to keep seed period. 3.08 ROOT BARRIER PARKER PARK 20 PLS lbs/Acre 36 PLS lbs/Acre 24 PLS lbs/Acre 4 PLS lbs/Acre 2 lbs/1 Acre 2 lbs/1 Acre 10 lbs/1 Acre 40 PLS lbs/Acre 16 PLS lbs/Acre 32 PLS lbs/Acre 1/4 lb/1 Acre 10 lbs/1 Acre 35 lb/1 Acre moist throughout the germination A. Install root barrier panels around trees planted within 5' of foundations, walls, curbs, and paving. Install per manufacturer's instructions, and as shown on the Drawings. Irrigation lines shall not penetrate root barrier. 1. At tree planters in paved areas root barrier shall be at the edge of the planter unless otherwise noted on the Drawings. 2. The top of the root barrier shall be 1/2 -inch above the soil surface. 3.09 A. 3.10 A. MAINTENANCE See Specification Section Landscape Maintenance CLEAN UP After completion of all operations, Contractor shall remove all trash, excess soil and other debris. All walks, walls, and pavement shall be swept and washed clean. Leave the entire area in a neat, orderly condition. 3.11 MEASUREMENT AND PAYMENT A. The Contract lump sum price paid for Landscape Planting shall be considered full compensation for furnishing all labor, material, equipment, tools, and incidentals, for all work involved as specified in this Section, as shown on the Drawings, and as directed by the Architect, and no separate payment shall be made. END OF SECTION JUNE 26, 2015 LANDSCAPE PLANTING 100% CONSTRUCTION DOCUMENTATION SECTION T32 93 03 - 5 SECTION 030020 PORTLAND CEMENT CONCRETE (S-40) 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland Cement conforming to ASTM Designation: C 150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter - Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the tensile or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60E F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor than 1000 parts million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before 030020 Rev 7/7/94 Page 1 of 12 use in structural concrete. Tests shall be made in accordance with the "Standard Method of Test for Quality of Water to be used in Concrete" (AASHO Method T-26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent of weight of laminated and/or friable particles when tested in accordance with Test Method Tex -413.A. It shall have a wear of not more than 40 percent when tested in accordance with Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on each Sieve Aggregate Nominal 22 2 1- 1 3/4 1/2 3/8 No. No. Grade No. Size In. In. 2 In. In. In. In. 4 8 In. 1 2 in. 0 0 95 15 60 to to 100 20 to to 50 80 2 (467) * 1-2 in. 0 70 95 0 30 to to 90 100 to to 5 65 4 (57)* 1 in. 0 90 95 0 40 to to to 100 100 5 to 75 8 3/8 in. 0 0 35 90 to to to 5 80 100 030020 Rev 7/7/94 Page 2 of 12 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (Test Method Tex -408-A), it shall not show a color a darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combinations of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. Table 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate 3/8 No. No. No. No. No. No. No. Grade No. In. 4 8 16 30 50 100 200 1 0 0 to 0 to 15 to 35 to 70 to 90 to 97 to 5 20 50 75 90 100 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex - 203 -F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For Class A and C and E Concrete, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. 030020 Rev 7/7/94 Page 3 of 12 (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency. (a) Retarding and Water Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C 494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90E F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air Entraining Admixture. The admixture shall met the requirements of ASTM Designation: C 260 modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT 030020 Rev 7/7/94 Page 4 of 12 All cement shall be stored in well ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stock piles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stock piles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used it shall be weighed separately but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a Coarse Aggregate Factor acceptable to the Engineer, for the class (es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirement contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve him of 030020 Rev 7/7/94 Page 5 of 12 providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all the proposed ingredients prior to the placing of concrete, and when the aggregate and/or brand of cement or admixture are changed. Trial batches shall be made in the mixer to be used on the job. When Transit Mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregate. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as temporary measure until the redesign is checked. Water reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1-1/2 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water reducing or retarding agent or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the difference aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Rev 7/7/94 Page 6 of 12 SECTION 15050 BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The requirements of the General Conditions and Supplementary Conditions apply to all Work herein. B. The Contract Drawings indicate the extent and general arrangement of the systems. If any departure from the Contract Drawings are deemed necessary by the Contractor, details of such departures and the reasons therefore, shall be submitted to the Architect for approval as soon as practicable. No such departures shall be made without the prior written approval of the Architect. C. Notwithstanding any reference in the Specifications to any article, device, product, material, fixture, form or type of construction by name, make or catalog number, such reference shall not be construed as limiting competition; and the Contractor, in such cases, may at his option use any article, device, product, material, fixture, form or type of construction which in the judgment of the Architect, expressed in writing, is equal to that specified. 1.02 SCOPE OF WORK A. The Work included under this Contract consists of the furnishing and installation of all equipment and material necessary and required to form the complete and functioning systems in all of its various phases, all as shown on the accompanying Drawings and/or described in these Specifications. The contractor shall review all pertinent drawings, including those of other contracts prior to commencement of Work. B. This Division requires the furnishing and installing of all items Specified herein, indicated on the Drawings or reasonably inferred as necessary for safe and proper operation; including every article, device or accessory (whether or not specifically called for by item) reasonably necessary to facilitate each system's functioning as indicated by the design and the equipment specified. Elements of the work include, but are not limited to, materials, labor, supervision, transportation, storage, equipment, utilities, all required permits, licenses and inspections. All work performed under this Section shall be in accordance with the Project Manual, Drawings and Specifications and is subject to the terms and conditions of the Contract. C. The approximate locations of Mechanical (HVAC) and Plumbing items are indicated on the Drawings. These Drawings are not intended to give complete and accurate details in regard to location of outlets, apparatus, etc. Exact locations are to be determined by actual measurements at the building, and will in all cases be subject to the Review of the Owner or Engineer, who reserves the right to make any reasonable changes in the locations indicated without additional cost to the Owner. D. Items specifically mentioned in the Specifications but not shown on the Drawings and/or items shown on Drawings but not specifically mentioned in the Specifications shall be installed by the Contractor under the appropriate section of work as if they were both specified and shown. E. All discrepancies between the Contract Documents and actual job -site conditions shall be reported to the Owner or Engineer so that they will be resolved prior to the bidding, where this cannot be done at least 7 working days prior to bid; the greater or more costly of the Page 1 of 20 discrepancy shall be bid. All labor and materials required to perform the work described shall be included as part of this Contract. F. It is the intention of this Section of the Specifications to outline minimum requirements to furnish the Owner with a turn -key and fully operating system in cooperation with other trades. G. It is the intent of the above "Scope" to give the Contractor a general outline of the extent of the Work involved; however, itis not intended to include each and every item required for the Work. Anything omitted from the "Scope" but shown on the Drawings, or specified later, or necessary for a complete and functioning heating, ventilating and air conditioning system shall be considered a part of the overall "Scope". H. The Contractor shall rough -in fixtures and equipment furnished by others from rough -in and placement drawings furnished by others. The Contractor shall make final connection to fixtures and equipment furnished by others. 1.03 SCHEMATIC NATURE OF CONTRACT DOCUMENTS A. The contract documents are schematic in nature in that they are only to establish scope and a minimum level of quality. They are not to be used as actual working construction drawings. The actual working construction drawings shall be the approved shop drawings. B. All duct or pipe or equipment locations as indicated on the documents do not indicate every transition, offset, or exact location. All transitions, offsets clearances and exact locations shall be established by actual field measurements, coordination with the structural, architectural and reflected ceiling plans, and other trades. Submit shop drawings for approval. C. All transitions, offsets and relocations as required by actual field conditions shall be performed by the contractor at no additional cost to the owner. D. Additional coordination with electrical contractor may be required to allow adequate clearances of electrical equipment, fixtures and associated appurtenances. Contractor to notify Architect and Engineer of unresolved clearances, conflicts or equipment locations. 1.04 SITE VISIT AND FAMILIARIZATION A. Before submitting a bid, it will be necessary for each Contractor whose work is involved to visit the site and ascertain for himself the conditions to be met therein in installing his work and make due provision for same in his bid. It will be assumed that this Contractor in submitting his bid has visited the premises and that his bid covers all work necessary to properly install the equipment shown. Failure on the part of the Contractor to comply with this requirement shall not be considered justification for the omission or faulty installation of any work covered by these Specifications and Drawings. B. Understand the existing utilities from which services will be supplied; verify locations of utility services, and determine requirements for connections. C. Determine in advance that equipment and materials proposed for installation fit into the confines indicated. Page 2 of 20 1.05 WORK SPECIFIED IN OTHER SECTIONS A. Finish painting is specified. Prime and protective painting are included in the work of this Division. B. Owner and General Contractor furnished equipment shall be properly connected to Mechanical (HVAC) and Plumbing systems. C. Furnishing and installing all required Mechanical (HVAC) and Plumbing equipment control relays and electrical interlock devices, conduit, wire and J -boxes are included in the Work of this Division. 1.06 PERMITS, TESTS, INSPECTIONS A. Arrange and pay for all permits, fees, tests, and all inspections as required by governmental authorities. 1.07 DATE OF FINAL ACCEPTANCE A. The date of final acceptance shall be the date of owner occupancy, or the date all punch list items have been completed or final payment has been received. Refer to Division One for additional requirements. B. The date of final acceptance shall be documented in writing and signed by the architect, owner and contractor. 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver products to the project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification. B. Deliver products to the project at such time as the project is ready to receive the equipment, pipe or duct properly protected from incidental damage and weather damage. C. Damaged equipment, duct or pipe shall be promptly removed from the site and new, undamaged equipment, pipe and duct shall be installed in its place promptly with no additional charge to the Owner. 1.09 NOISE AND VIBRATION A. The heating, ventilating and air conditioning systems, and the component parts there of, shall be guaranteed to operate without objectionable noise and vibration. B. Provide foundations, supports and isolators as specified or indicated, properly adjusted to prevent transmission of vibration to the Building structure, piping and other items. C. Carefully fabricate ductwork and fittings with smooth interior finish to prevent turbulence and generation or regeneration of noise. D. All equipment shall be selected to operate with minimum of noise and vibration. If, in the opinion of the Architect, objectionable noise or vibration is produced or transmitted to or through the building structure by equipment, piping, ducts or other parts of the Work, the Contractor shall rectify such conditions without extra cost to the Owner. Page 3 of 20 1.10 APPLICABLE CODES A. Obtain all required permits and inspections for all work required by the Contract Documents and pay all required fees in connection thereof. B. Arrange with the serving utility companies for the connection of all required utilities and pay all charges, meter charges, connection fees and inspection fees, if required. C. Comply with all applicable codes, specifications, local ordinances, industry standards, utility company regulations and the applicable requirements of the following nationally accepted codes and standards: 1. Air Moving & Conditioning Association, AMCA. 2. American Standards Association, ASA. 3. American Society of Heating, Refrigerating, and Air -Conditioning Engineers, Inc., ASHRAE. 4. American Society of Mechanical Engineers, ASME. 5. American Society of Plumbing Engineers, ASPE. 6. American Society of Testing Materials, ASTM. 7. American Water Works Association, AWWA. 8. National Bureau of Standards, NBS. 9. National Fire Protection Association, NFPA. 10. Sheet Metal & Air Conditioning Contractors' National Association, SMACNA. 11. Underwriters' Laboratories, Inc., UL. 12. International Energy Conservation Code, IECC. D. Where differences existing between the Contract Documents and applicable state or city building codes, state and local ordinances, industry standards, utility company regulations and the applicable requirements of the above listed nationally accepted codes and standards, the more stringent or costly application shall govern. Promptly notify the Engineer in writing of all differences. E. When directed in writing by the Engineer, remove all work installed that does not comply with the Contract Documents and applicable state or city building codes, state and local ordinances, industry standards, utility company regulations and the applicable requirements of the above listed nationally accepted codes and standards, correct the deficiencies, and complete the work at no additional cost to the Owner. 1.11 DEFINITIONS AND SYMBOLS A. General Explanation: A substantial amount of construction and Specification language constitutes definitions for terms found in other Contract Documents, including Drawings which must be recognized as diagrammatic and schematic in nature and not completely descriptive of requirements indicated thereon. Certain terms used in Contract Documents are defined generally in this article, unless defined otherwise in Division 1. B. Definitions and explanations of this Section are not necessarily either complete or exclusive, but are general for work to the extent not stated more explicitly in another provision of the Contract Documents. C. Indicated: The term "Indicated" is a cross-reference to details, notes or schedules on the Drawings, to other paragraphs or schedules in the Specifications and to similar means of recording requirements in Contract Documents. Where such terms as "Shown", "Noted", "Scheduled", "Specified" and "Detailed" are used in lieu of "Indicated", it is for the purpose of helping the reader locate cross-reference material, and no limitation of location is intended except as specifically shown. Page 4 of 20 D. Directed: Where not otherwise explained, terms such as "Directed", "Requested", "Accepted", and "Permitted" mean by the Architect or Engineer. However, no such implied meaning will be interpreted to extend the Architects or Engineer's responsibility into the Contractor's area of construction supervision. E. Reviewed: Where used in conjunction with the Engineer's response to submittals, requests for information, applications, inquiries, reports and claims by the Contractor the meaning of the term "Reviewed" will be held to limitations of Architects and Engineer's responsibilities and duties as specified in the General and Supplemental Conditions. In no case will "Reviewed" by Engineer be interpreted as a release of the Contractor from responsibility to fulfill the terms and requirements of the Contract Documents. F. Furnish: Except as otherwise defined in greater detail, the term "Furnish" is used to mean supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, etc., as applicable in each instance. G. Install: Except as otherwise defined in greater detail, the term "Install" is used to describe operations at the project site including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protection, cleaning and similar operations, as applicable in each instance. H. Provide: Except as otherwise defined in greater detail, the term "Provide" is used to mean "Furnish and Install", complete and ready for intended use, as applicable in each instance. Installer: Entity (person or firm) engaged by the Contractor or its subcontractor or Sub -contractor for performance of a particular unit of work at the project site, including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protection, cleaning and similar operations, as applicable in each instance. It is a general requirement that such entities (Installers) be expert in the operations they are engaged to perform. J. Imperative Language: Used generally in Specifications. Except as otherwise indicated, requirements expressed imperatively are to be performed by the Contractor. For clarity of reading at certain locations, contrasting subjective language is used to describe responsibilities that must be fulfilled indirectly by the Contractor, or when so noted by other identified installers or entities. K. Minimum Quality/Quantity: In every instance, the quality level or quantity shown or specified is intended as minimum quality level or quantity of work to be performed or provided. Except as otherwise specifically indicated, the actual work may either comply exactly with that minimum (within specified tolerances), or may exceed that minimum within reasonable tolerance limits. In complying with requirements, indicated or scheduled numeric values are either minimums or maximums as noted or as appropriate for the context of the requirements. Refer instances of uncertainty to Owner or Engineer via a request for information (RFI) for decision before proceeding. L. Abbreviations and Symbols: The language of Specifications and other Contract Documents including Drawings is of an abbreviated type in certain instances, and implies words and meanings which will be appropriately interpreted. Actual word abbreviations of a self explanatory nature have been included in text of Specifications and Drawings. Specific abbreviations and symbols have been established, principally for lengthy technical terminology and primarily in conjunction with coordination of Specification requirements with notations on Drawings and in Schedules. These are frequently defined in Section at first instance of use or on a Legend and Symbol Drawing. Trade and industry association names and titles of generally recognized industry standards are frequently abbreviated. Singular Page 5 of 20 words will be interpreted as plural and plural words will be interpreted as singular where applicable and where full context of Contract Documents so indicate. Except as otherwise indicated, graphic symbols and abbreviations used on Drawings and in Specifications are those recognized in construction industry for indicated purposes. Where not otherwise noted symbols and abbreviations are defined by 1993 ASHRAE Fundamentals Handbook, chapter 34 "Abbreviations and Symbols", ASME and ASPE published standards. 1.12 DRAWINGS AND SPECIFICATIONS A. These Specifications are intended to supplement the Drawings and it will not be the province of the Specifications to mention any part of the work which the Drawings are competent to fully explain in every particular and such omission is not to relieve the Contractor from carrying out portions indicated on the Drawings only. B. Should items be required by these Specifications and not indicated on the Drawings, they are to be supplied even if of such nature that they could have been indicated thereon. In case of disagreement between Drawings and Specifications, or within either Drawings or Specifications, the better quality or greater quantity of work shall be estimated and the matter referred to the Architect or Engineer for review with a request for information and clarification at least 7 working days prior to bid opening date for issuance of an addendum. C. The listing of product manufacturers, materials and methods in the various sections of the Specifications, and indicated on the Drawings, is intended to establish a standard of quality only. It is not the intention of the Owner or Engineer to discriminate against any product, material or method that is equal to the standards as indicated and/or specified, nor is it intended to preclude open, competitive bidding. The fact that a specific manufacturer is listed as an acceptable manufacturer should not be interpreted to mean that the manufacturers' standard product will meet the requirements of the project design, Drawings, Specifications and space constraints. D. The Architect or Engineer and Owner shall be the sole judge of quality and equivalence of equipment, materials and methods. E. Products by other reliable manufacturers, other materials, and other methods, will be accepted as outlined, provided they have equal capacity, construction, and performance. However, under no circumstances shall any substitution by made without the written permission of the Architect or Engineer and Owner. Request for prior approval must be made in writing 10 days prior to the bid date without fail. F. Wherever a definite product, material or method is specified and there is not a statement that another product, material or method will be acceptable, it is the intention of the Owner or Engineer that the specified product, material or method is the only one that shall be used without prior approval. G. Wherever a definite material or manufacturer's product is specified and the Specification states that products of similar design and equal construction from the specified list of manufacturers may be substituted, it is the intention of the Owner or Engineer that products of manufacturers that are specified are the only products that will be acceptable and that products of other manufacturers will not be considered for substitution without approval. H. Wherever a definite product, material or method is specified and there is a statement that "OR EQUAL" product, material or method will be acceptable, it is the intention of the Owner or Engineer that the specified product, material or method or an "OR EQUAL" product, material or method may be used if it complies with the specifications and is submitted for review to the Engineer as outline herein. Page 6 of 20 Where permission to use substituted or alternative equipment on the project is granted by the Owner or Engineer in writing, it shall be the responsibility of the Contractor or Subcontractor involved to verify that the equipment will fit in the space available which includes allowances for all required Code and maintenance clearances, and to coordinate all equipment structural support, plumbing and electrical requirements and provisions with the Mechanical (HVAC) and Plumbing Design Documents and all other trades, including Division 16. J. Changes in architectural, structural, electrical, mechanical, and plumbing requirements for the substitution shall be the responsibility of the bidder wishing to make the substitution. This shall include the cost of redesign by the affected designer(s). Any additional cost incurred by affected subcontractors shall be the responsibility of this bidder and not the owner. K. If any request for a substitution of product, material or method is rejected, the Contractor will automatically be required to furnish the product, material or method named in the Specifications. Repetitive requests for substitutions will not be considered. L. The Owner or Engineer will investigate all requests for substitutions when submitted in accordance with above and if accepted, will issue a letter allowing the substitutions. M. Where equipment other than that used in the design as specified or shown on the Drawings is substituted (either from an approved manufacturers list or by submittal review), it shall be the responsibility of the substituting Contractor to coordinate space requirements, building provisions and connection requirements with his trades and all other trades and pay all additional costs to other trades, the Owner, the Architect or Engineer, if any, due to the substitutions. N. The electrical design and electrical drawings are based on the equipment and/or electric motors of the type, size and electrical characteristics shown and specified on the mechanical drawings. Any change in equipment and/or motor size or type brought on directly or indirectly by a substitution or mechanical equipment having characteristics requiring a change, shall be the responsibility of the Mechanical Contractor and the entire cost of such change, including conduit, wiring, motor starting equipment, etc., shall be paid for by the Mechanical Contractor at no additional charge, unless the substitution was initiated by the Owner. Submittals must clearly show and deviations. Mechanical Contractor is responsible for coordinating any required changes with the Electrical Contractor, prior to Electrical Contractors ordering of panels and associated equipment. 1.13 SUBMITTALS A. Coordinate with Division 1 for submittal timetable requirements, unless noted otherwise within thirty (30) days after the Contract is awarded the Contractor shall submit a minimum of eight (8) complete bound sets of shop drawings and complete data covering each item of equipment or material. The first submittal of each item requiring a submittal must be received by the Architect or Engineer within the above thirty day period. The Architect or Engineer shall not be responsible for any delays or costs incurred due to excessive shop drawing review time for submittals received after the thirty (30) day time limit. The Architect and Engineer will retain one (1) copy each of all shop drawings for their files. Where full size drawings are involved, submit one (1) print and one (1) reproducible sepia or mylar in lieu of eight (8) sets. All literature pertaining to an item subject to Shop Drawing submittal shall be submitted at one time. A submittal shall not contain information from more than one Specification section, but may have a section subdivided into items or equipment as listed in each section. The Contractor may elect to submit each item or type of equipment separately. Each submittal shall include the following items enclosed in a suitable binder: Page 7 of 20 1. A cover sheet with the names and addresses of the Project, Architect, MEP Engineer, General Contractor and the Subcontractor making the submittal. The cover sheet shall also contain the section number covering the item or items submitted and the item nomenclature or description. 2. An index page with a listing of all data included in the Submittal. 3. A list of variations page with a listing all variations, including unfurnished or additional required accessories, items or other features, between the submitted equipment and the specified equipment. If there are no variations, then this page shall state "NO VARIATIONS". Where variations affect the work of other Contractors, then the Contractor shall certify on this page that these variations have been fully coordinated with the affected Contractors and that all expenses associated with the variations will be paid by the submitting Contractor. This page will be signed by the submitting Contractor. 4. Equipment information including manufacturer's name and designation, size, performance and capacity data as applicable. All applicable Listings, Labels, Approvals and Standards shall be clearly indicated. 5. Dimensional data and scaled drawings as applicable to show that the submitted equipment will fit the space available with all required Code and maintenance clearances clearly indicated and labeled at a minimum scale of 1/4" = 1'-0", as required to demonstrate that the alternate or substituted product will fit in the space available. 6. Identification of each item of material or equipment matching that indicated on the Drawings. 7. Sufficient pictorial, descriptive and diagrammatic data on each item to show its conformance with the Drawings and Specifications. Any options or special requirements or accessories shall be so indicated. All applicable information shall be clearly indicated with arrows or another approved method. 8. Additional information as required in other Sections of this Division. 9. Certification by the General Contractor and Subcontractor that the material submitted is in accordance with the Drawings and Specifications, signed and dated in long hand. Submittals that do not comply with the above requirements shall be returned to the Contractor and shall be marked "REVISE AND RESUBMIT". B. Refer to Division 1 for additional information on shop drawings and submittals. C. Equipment and materials submittals and shop drawings will be reviewed for compliance with design concept only. It will be assumed that the submitting Contractor has verified that all items submitted can be installed in the space allotted. Review of shop drawings and submittals shall not be considered as a verification or guarantee of measurements or building conditions. D. Where shop drawings and submittals are marked "REVIEWED", the review of the submittal does not indicate that submittals have been checked in detail nor does it in any way relieve the Contractor from his responsibility to furnish material and perform work as required by the Contract Documents. E. Shop drawings shall be reviewed and returned to the Contractor with one of the following categories indicated: 1. REVIEWED: Contractor need take no further submittal action, shall include this submittal in the O&M manual and may order the equipment submitted on. 2. REVIEWED AS NOTED: Contractor shall submit a letter verifying that required exceptions to the submittal have been received and complied with including additional accessories or coordination action as noted, and shall include this submittal and compliance letter in the O&M manual. The contractor may order the Page 8 of 20 equipment submitted on at the time of the returned submittal providing the Contractor complies with the exceptions noted. 3. NOT APPROVED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is not approved, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or drawings. Contractor shall not order equipment that is not approved. Repetitive requests for substitutions will not be considered. 4. REVISE AND RESUBMIT: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked revise and resubmit, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or provide as noted on previous shop drawings. Contractor shall not order equipment marked revise and resubmit. Repetitive requests for substitutions will not be considered. 5. CONTRACTOR'S CERTIFICATION REQUIRED: Contractor shall resubmit submittal on material, equipment or method of installation. The Contractor's stamp is required stating the submittal meets all conditions of the contract documents. The stamp shall be signed by the General Contractor. The submittal will not be reviewed if the stamp is not placed and signed on all shop drawings. 6. MANUFACTURER NOT AS SPECIFIED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked manufacturer not as specified, the Contractor will automatically be required to furnish the product, material or method named in the specifications. Contractor shall not order equipment where submittal is marked manufacturer not as specified. Repetitive requests for substitutions will not be considered. F. Materials and equipment which are purchased or installed without shop drawing review shall be at the risk of the Contractor and the cost for removal and replacement of such materials and equipment and related work which is judged unsatisfactory by the Owner or Engineer for any reason shall be at the expense of the Contractor. The responsible Contractor shall remove the material and equipment noted above and replace with specified equipment or material at his own expense when directed in writing by the Architect or Engineer. G. Shop Drawing Submittals shall be complete and checked prior to submission to the Engineer for review. H. Submittals are required for, but not limited to, the following items: 1. Pipe Material and Specialties. 2. Pipe Fabrication Drawings. 3. Basic Materials. 4. Variable Air Volume Boxes. 5. Air Handling Units. 6. Cooling Towers. 7. Chillers. 8. Air Cooled Condensing Units. 9. Water Treatment. 10. Expansion Compensation. 11. Variable Frequency Drives. 12. Noise and Vibration Controls. 13. Plumbing Fixtures and Specialties. 14. Plumbing Equipment. 15. Sanitary DWV Fittings, Pipe and Accessories. 16. Domestic Hot and Cold Water Pipe, Fittings and Accessories. 17. HVAC Pipe and Duct Insulation. 18. Hydronic and Plumbing Valves. 19. Hydronic Piping and Accessories. Page 9 of 20 20. Hydronic Pumps. 21. Roof -Top NC Units. 22. Heating Water Boiler. 23. Portable Pipe Hanger and Equipment Supports. 24. Duct Specialties. 25. Duct Fabrication Drawings. 26. Air Distribution Devices. 27. Fan Coil Units. 28. Filters. 29. Fans. 30. Fire Dampers and Fire Smoke Dampers. 31. Temperature Controls and Control Sequences. 32. Test, Adjust and Balance Reports. 33. Testing, Adjusting and Balancing Contractor Qualifications. 34. Coordination Drawings. Refer to other Division 15 sections for additional shop drawing requirements. Provide samples of actual materials and/or equipment to be used on the Project upon request of the Owner or Engineer. J. Contractor to submit Mechanical/Electrical equipment coordination sheet with equipment submittal for all AHU's, ACCU's, and Fans. Reference chart at end of section. Provide copy to electrical subcontractor. 1.14 COORDINATION DRAWINGS A. Prepare coordination drawings to a scale of 1/4"=1'-0" or larger; detailing major elements, components, and systems of mechanical equipment and materials in relationship with other systems, installations, and building components. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are of importance to the efficient flow of the Work, including (but not necessarily limited to) the following: 1. Indicate the proposed locations of pipe, duct, equipment, and other materials. Include the following: a. Wall and type locations. b. Clearances for installing and maintaining insulation. c. Locations of light fixtures and sprinkler heads. d. Clearances for servicing and maintaining equipment, including tube removal, filter removal, and space for equipment disassembly required for periodic maintenance. e. Equipment connections and support details. f. Exterior wall and foundation penetrations. g. Routing of storm and sanitary sewer piping. h. Fire -rated wall and floor penetrations. Sizes and location of required concrete pads and bases. j. Valve stem movement. k. Structural floor, wall and roof opening sizes and details. 2. Indicate scheduling, sequencing, movement, and positioning of large equipment into the building during construction. 3. Prepare floor plans, elevations, and details to indicate penetrations in floors, walls, and ceilings and their relationship to other penetrations and installations. 4. Prepare reflected ceiling plans to coordinate and integrate installations, air distribution devices, light fixtures, communication systems components, and other ceiling -mounted items. Page 10 of 20 B. This Contractor shall be responsible for coordination of all items that will affect the installation of the work of this Division. This coordination shall include, but not be limited to: voltage, ampacity, capacity, electrical and piping connections, space requirements, sequence of construction, building requirements and special conditions. C. By submitting shop drawings on the project, this Contractor is indicating that all necessary coordination has been completed and that the systems, products and equipment submitted can be installed in the building and will operate as specified and intended, in full coordination with all other Contractors and Subcontractors. 1.15 RECORD DOCUMENTS A. Prepare record documents in accordance with the requirements in Special Project Requirements, in addition to the requirements specified in Division 15, indicate the following installed conditions: 1. Duct mains and branches, size and location, for both exterior and interior; locations of dampers, fire dampers, duct access panels, and other control devices; filters, fuel fired heaters, fan coils, condensing units, and roof -top A/C units requiring periodic maintenance or repair. 2. Mains and branches of piping systems, with valves and control devices located and numbered, concealed unions located, and with items requiring maintenance located (i.e., traps, strainers, expansion compensators, tanks, etc.). Valve location diagrams, complete with valve tag chart. Indicate actual inverts and horizontal locations of underground piping. 3. Equipment locations (exposed and concealed), dimensioned from prominent building lines. 4. Approved substitutions, Contract Modifications, and actual equipment and materials installed. 5. Contract Modifications, actual equipment and materials installed. B. Engage the services of a Land Surveyor or Professional Engineer registered in the state in which the project is located as specified herein to record the locations and invert elevations of underground installations. C. The Contractor shall maintain a set of clearly marked black line record "AS -BUILT" prints on the job site on which he shall mark all work details, alterations to meet site conditions and changes made by "Change Order" notices. These shall be kept available for inspection by the Owner, Architect or Engineer at all times. D. Refer to Division 1 for additional requirements concerning record drawings. If the Contractor does not keep an accurate set of as -built drawings, the pay request may be altered or delayed at the request of the Architect. Mark the drawings with a colored pencil. Delivery of as -built prints and reproducibles is a condition of final acceptance. E. The record prints shall be updated on a daily basis and shall indicate accurate dimensions for all buried or concealed work, precise locations of all concealed pipe or duct, locations of all concealed valves, controls and devices and any deviations from the work shown on the Construction Documents which are required for coordination. All dimensions shall include at least two dimensions to permanent structure points. F. Submit three prints of the tracings for approval. Make corrections to tracings as directed and delivered "Auto Positive Tracings" to the architect. "As -Built" drawings shall be furnished in addition to shop drawings. Page 11 of 20 G. When the option described in paragraph F., above is not exercised then upon completion of the work, the Contractor shall transfer all marks from the submit a set of clear concise set of reproducible record "AS -BUILT" drawings and shall submit the reproducible drawings with corrections made by a competent draftsman and three (3) sets of black line prints to the Architect or Engineer for review prior to scheduling the final inspection at the completion of the work. The reproducible record "AS -BUILT" drawings shall have the Engineers Name and Seal removed or blanked out and shall be clearly marked and signed on each sheet as follows: CERTIFIED RECORD DRAWINGS DATE: (NAME OF GENERAL CONTRACTOR) BY: (SIGNATURE) (NAME OF SUBCONTRACTOR) BY: (SIGNATURE) 1.16 OPERATING MANUALS A. Prepare maintenance manuals in accordance with Division 1 and in addition to the requirements specified in Division 1, include the following information for equipment items: 1. Description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts. 2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. 3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. 4. Servicing instructions and lubrication charts and schedules. 1.17 CERTIFICATIONS AND TEST REPORTS A. Submit a detailed schedule for completion and testing of each system indicating scheduled dates for completion of system installation and outlining tests to be performed and schedule date for each test. This detailed completion and test schedule shall be submittal at least 90 days before the projected Project completion date. B. Test result reporting forms shall be submitted for review no later than the date of the detailed schedule submitted. C. Submit 4 copies of all certifications and test reports to the Architect or Engineer for review adequately in advance of completion of the Work to allow for remedial action as required to correct deficiencies discovered in equipment and systems. D. Certifications and test reports to be submitted shall include, but not be limited to those items outlined in Section of Division 15. Page 12 of 20 1.18 MAINTENANCE MANUALS A. Coordinate with Division 1 for maintenance manual requirements, unless noted otherwise bind together in "D ring type" binders by National model no. 79-883 or equal, binders shall be large enough to allow '/4" of spare capacity. Three (3) sets of all approved shop drawing submittals, fabrication drawings, bulletins, maintenance instructions, operating instructions and parts exploded views and lists for each and every piece of equipment furnished under this Specification. All sections shall be typed and indexed into sections and labeled for easy reference and shall utilize the individual specification section numbers shown in the Mechanical Specifications as an organization guideline. Bulletins containing information about equipment that is not installed on the project shall be properly marked up or stripped and reassembled. All pertinent information required by the Owner for proper operation and maintenance of equipment supplied by Division 15 shall be clearly and legibly set forth in memoranda that shall, likewise, be bound with bulletins. B. Prepare maintenance manuals in accordance with Special Project Conditions, in addition to the requirements specified in Division 15, include the following information for equipment items: 1. Identifying names, name tags designations and locations for all equipment. 2. Valve tag lists with valve number, type, color coding, location and function. 3. Reviewed shop drawing submittals with exceptions noted compliance letter. 4. Fabrication drawings. 5. Equipment and device bulletins and data sheets clearly highlighted to show equipment installed on the project and including performance curves and data as applicable, i.e., description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and model numbers of replacement parts. 6. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. 7. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions, servicing instructions and lubrication charts and schedules. 8. Equipment and motor name plate data. 9. Wiring diagrams. 10. Exploded parts views and parts lists for all equipment and devices. 11. Color coding charts for all painted equipment and conduit. 12. Location and listing of all spare parts and special keys and tools furnished to the Owner. 13. Furnish recommended lubrication schedule for all required lubrication points with listing of type and approximate amount of lubricant required. C. Refer to Division 1 for additional information on Operating and Maintenance Manuals. D. Operating and Maintenance Manuals shall be turned over to the Owner or Engineer a minimum of 14 working days prior to the beginning of the operator training period. 1.19 OPERATOR TRAINING A. The Contractor shall furnish the services of factory trained specialists to instruct the Owner's operating personnel. The Owner's operator training shall include 12 hours of on site training in three 4 hour shifts. B. Before proceeding with the instruction of Owner Personnel, prepare a typed outline in triplicate, listing the subjects that will be covered in this instruction, and submit the outline for Page 13 of 20 review by the Owner. At the conclusion of the instruction period obtain the signature of each person being instructed on each copy of the reviewed outline to signify that he has a proper understanding of the operation and maintenance of the systems and resubmit the signed outlines. C. Refer to other Division 15 Sections for additional Operator Training requirements. 1.20 FINAL COMPLETION A. At the completion of the work, all equipment and systems shall be tested and faulty equipment and material shall be repaired or replaced. Refer to Sections of Division 15 for additional requirements. B. Clean and adjust all air distribution devices and replace all air filters immediately prior to final acceptance. C. Touch up and/or refinish all scratched equipment and devices immediately prior to final acceptance. 1.21 CONTRACTOR'S GUARANTEE A. Use of the HVAC and Plumbing systems to provide temporary service during construction period will not be allowed without permission from the Owner in writing and if granted shall not be cause warranty period to start, except as defined below. B. Contractor shall guarantee to keep the entire installation in repair and perfect working order for a period of one year after its completion and final acceptance, and shall furnish free of additional cost to the Owner all materials and labor necessary to comply with the above guarantee throughout the year beginning from the date of issue of Substantial Completion, Beneficial Occupancy by the Owner or the Certificate of Final Payment as agreed upon by all parties. C. This guarantee shall not include cleaning or changing filters except as required by testing, adjusting and balancing. D. All air conditioning compressors shall have parts and labor guarantees for a period of not less than 5 years beyond the date of final acceptance. E. Refer to Sections in Division 15 for additional guarantee or warranty requirements. 1.22 TRANSFER OF ELECTRONIC FILES A. Project documents are not intended or represented to be suitable for reuse by Architect/Owner or others on extensions of this project or on any other project. Any such reuse or modification without written verification or adaptation by Engineer, as appropriate for the specific purpose intended, will be at Architect/Owner's risk and without liability or legal exposure to Engineer or its consultants from all claims, damages, losses and expense, including attorney's fees arising out of or resulting thereof. B. Because data stored in electric media format can deteriorate or be modified inadvertently, or otherwise without authorization of the data's creator, the party receiving the electronic files agrees that it will perform acceptance tests or procedures within sixty (60) days of receipt, after which time the receiving party shall be deemed to have accepted the data thus transferred to be acceptable. Any errors detected within the sixty (60) day acceptance period will be corrected by the party delivering the electronic files. Engineer is not responsible for Page 14 of 20 maintaining documents stored in electronic media format after acceptance by the Architect/Owner. C. When transferring documents in electronic media format, Engineer makes no representations as to the long term compatibility, usability or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by Engineer at the beginning of the Project. D. Any reuse or modifications will be Contractor's sole risk and without liability or legal exposure to Architect, Engineer or any consultant. E. The Texas Board of Architectural Examiners (TBAE) has stated that it is in violation of Texas law for persons other than the Architect of record to revise the Architectural drawings without the Architect's written consent. It is agreed that "MEP" hard copy or computer-generated documents will not be issued to any other party except directly to the Architect/Owner. The contract documents are contractually copyrighted and cannot be used for any other project or purpose except as specifically indicated in AIA B-141 Standard Form of Agreement between Architect and Owner. If the client, Architect/Owner, or developer of the project requires electronic media for "record purposes", then an AutoCAD based compact disc ("CD") will be prepared. The "CD" will be submitted with all title block references intact and will be formatted in a "plot" format to permit the end user to only view and plot the drawings. Revisions will not be permitted in this configuration. F. At the Architect/Owner's request, Engineer will prepare one "CD" of electronic media to assist the contractor in the preparation of submittals. The Engineer will prepare and submit the "CD" to the Architect/Owner for distribution to the contractor. All copies of the "CD" will be reproduced for a cost of reproduction fee of Five Hundred Dollars ($500.00) per "CD". The "CD" will be prepared and all title blocks, names and dates will be removed. The "CD" will be prepared in a ".dwg" format to permit the end user to revise the drawings. G. This Five Hundred Dollars ($500.00) per "CD" cost of reproduction will be paid directly from the Contractor to the Engineer. The "CD" will be prepared only after receipt of the Five Hundred Dollars ($500.00). The Five Hundred Dollars ($500.00) per "CD" cost of reproduction is to only recover the cost of the manhours necessary to reproduce the documents. It is not a contractual agreement between the Contractor and Engineer to provide any engineering services, nor any other service. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide materials and equipment manufactured by a domestic United States manufacturer. B. Access Doors: Provide access doors as required for access to equipment, valves, controls, cleanouts and other apparatus where concealed. Access doors shall have concealed hinges and screw driver cam locks. C. All access panels located in wet areas such as restrooms, locker rooms, shower rooms, kitchen and any other wet areas shall be constructed of stainless steel. D. Access Doors: shall be as follows: Page 15 of 20 1. Plastic Surfaces: Milcor Style K. 2. Ceramic Tile Surface: Milcor Style M. 3. Drywall Surfaces: Milcor Style DW. 4. Install panels only in locations approved by the Architect. PART 3 - EXECUTION 3.01 ROUGH -IN A. Verify final locations for rough -ins with field measurements and with the requirements of the actual equipment to be connected via reviewed submittals. B. Refer to equipment specifications in Divisions 2 through 16 for additional rough -in requirements. 3.02 MECHANICAL INSTALLATIONS A. General: Sequence, coordinate, and integrate the various elements of mechanical systems, materials, and equipment. Comply with the following requirements: 1. Coordinate mechanical systems, equipment, and materials installation with other building components. 2. Verify all dimensions by field measurements. 3. Arrange for chases, slots, and openings in other building components during progress of construction, to allow for mechanical installations. 4. Coordinate the installation of required supporting devices and sleeves to be set in poured -in-place concrete and other structural components, as they are constructed. 5. Sequence, coordinate, and integrate installations of mechanical materials and equipment for efficient flow of the Work. Give particular attention to large equipment requiring positioning prior to closing in the building. 6. Where mounting heights are not detailed or dimensioned, install systems, materials, and equipment to provide the maximum headroom possible. 7. Coordinate connection of mechanical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. Provide required connection for each service. 8. Install systems, materials, and equipment to conform with architectural action markings on submittal, including coordination drawings, to greatest extent possible. Conform to arrangements indicated by the Contract Documents, recognizing that portions of the Work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements, resolve conflicts and route proposed solution to the Architect for review. 9. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other building systems and components, where installed exposed in finished spaces. 10. Install mechanical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components. As much as practical, connect equipment for ease of disconnecting, with minimum of interference with other installations. Extend grease fittings to an accessible location and label. 11. Install access panel or doors where units are concealed behind finished surfaces. Access panels and doors are specified. 12. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope. 13. Provide roof curbs for all roof mounted equipment. Coordinate with roof construction for pitched roof. Provide roof curb to match roof slope. Refer to architectural drawings and details. Page 16 of 20 14. The equipment to be furnished under this Specification shall be essentially the standard product of the manufacturer. Where two or more units of the same class of equipment are required, these units shall be products of a single manufacturer; however, the component parts of the system need not be the product of the same manufacturer. 15. The architectural and structural features of the building and the space limitations shall be considered in selection of all equipment. No equipment shall be furnished which will not suit the arrangement and space limitations indicated. 16. Lubrication: Prior to start-up, check and properly lubricate all bearings as recommended by the manufacturer. 17. Where the word "Concealed" is used in these Specifications in connection with insulating, painting, piping, ducts, etc., it shall be understood to mean hidden from sight as in chases, furred spaces or suspended ceilings. "Exposed" shall be understood to mean the opposite of concealed. 18. Identification of Mechanical Equipment: a. Mechanical equipment shall be identified by means of nameplates permanently attached to the equipment. Nameplates shall be engraved laminated plastic or etched metal. Shop drawings shall include dimensions and lettering format for approval. Attachments shall be with escutcheon pins, self -tapping screws, or machine screws. b. Tags shall be attached to all valves, including control valves, with nonferrous chain. Tags shall be brass and at least 1-1/2 inches in diameter. Nameplate and tag symbols shall correspond to the identification symbols on the temperature control submittal and the "as -built" drawings. 3.03 CUTTING AND PATCHING A. Protection of Installed Work: During cutting and patching operations, protect adjacent installations. B. Perform cutting, fitting, and patching of mechanical equipment and materials required to: 1. Uncover Work to provide for installation of ill-timed Work. 2. Remove and replace defective Work. 3. Remove and replace Work not conforming to requirements of the Contract Documents. 4. Remove samples of installed Work as specified for testing. 5. Install equipment and materials in existing structures. 6. Upon written instructions from the Engineer, uncover and restore Work to provide for Engineer/Owner's observation of concealed Work, without additional cost to the Owner. 7. Patch existing finished surfaces and building components using new materials matching existing materials and experienced Installers. Patch finished surfaces and building components using new materials specified for the original installation and experienced Installers; refer to the materials and methods required for the surface and building components being patched; Refer to Section "DEFINITIONS" for definition of "Installer." C. Cut, remove and legally dispose of selected mechanical equipment, components, and materials as indicated, including but not limited to removal of mechanical piping, mechanical ducts and HVAC units, plumbing fixtures and trim, and other mechanical items made obsolete by the new Work. D. Protect the structure, furnishings, finishes, and adjacent materials not indicated or scheduled to be removed. Page 17 of 20 E. Provide and maintain temporary partitions or dust barriers adequate to prevent the spread of dust and dirt to adjacent areas. 3.04 WORK SEQUENCE, TIMING, COORDINATION WITH OWNER A. The Owner will cooperate with the Contractor, however, the following provisions must be observed: 1. A meeting will be held at the project site, prior to any construction, between the Owner's Representative, the General Contractor, the Sub -Contractors and the Engineer to discuss Contractor's employee parking space, access, storage of equipment or materials, and use of the Owner's facilities or utilities. The Owner's decisions regarding such matters shall be final. 2. During the construction of this project, normal facility activities will continue in existing buildings until renovated areas are completed. Plumbing, fire protection, lighting, electrical, communications, heating, air conditioning, and ventilation systems will have to be maintained in service within the occupied spaces of the existing building. 3.05 DEMOLITION AND WORK WITHIN EXISTING BUILDINGS A. In the preparation of these documents every effort has been made to show the approximate locations of, and connections to the existing piping, duct, equipment and other apparatus related to this phase of the work. However, this Contractor shall be responsible for verifying all of the above information. This Contractor shall visit the existing site to inspect the facilities and related areas. This Contractor shall inspect and verify all details and requirements of all the Contract Documents, prior to the submission of a proposal. All discrepancies between the Contract Documents and actual job -site conditions shall be resolved by his contractor, who shall produce drawings that shall be submitted to the Architect/Engineer for review. All labor and materials required to perform the work described shall be apart of this Contract. B. All equipment and/or systems noted on the Drawings "To Remain" shall be inspected and tested on site to certify its working condition. A written report on the condition of all equipment to remain, including a copy of the test results and recommended remedial actions and costs shall be made by this Contractor to the Architect/Engineer for review. C. All equipment and/or systems noted on the Drawings "To Be Removed" shall be removed including, associated pipe and duct pipe and duct hangers and/or line supports. Where duct or pipe is to be capped for future or end of line use, it shall be properly tagged with its function or service appropriately identified. Where existing equipment is to be removed or relocated and has an electric motor or connection, the Electrical Contractor shall disconnect motor or connection, remove wiring to a safe point and this Contractor shall remove or relocate motor or connection along with the equipment. D. During the construction and remodeling, portions of the Project shall remain in service. Construction equipment, material tools, extension cords, etc., shall be arranged so as to present minimum hazard or interruption to the occupants of the building. None of the construction work shall interfere with the proper operation of the existing facility or be so conducted as to cause harm or danger to persons on the premises. All fire exits, stairs or corridors required for proper access, circulation or exit shall remain clear of equipment, materials or debris. The General Contractor shall maintain barricades, other separations in corridors and other spaces where work is conducted. E. Certain work during the demolition phase of construction may require overtime or night time shifts or temporary evacuation of the occupants. Coordinate and schedule all proposed down time at least seventy-two (72) hours in advance in writing. Page 18 of 20 F. Any salvageable equipment as determined by the Owner, shall be delivered to the Owner, and placed in storage at the location of his choice. All other debris shall be removed from the site immediately. G. Equipment, piping or other potential hazards to the working occupants of the building shall not be left overnight outside of the designated working or construction area. H. Make every effort to minimize damage to the existing building and the owner's property. Repair, patch or replace as required any damage that might occur as a result of work at the site. Care shall be taken to minimize interference with the Owner's activities during construction and to keep construction disrupted areas to a minimum. Corporate with the Owner and other trades in scheduling and performance of the work. Include in the contract price all rerouting of existing pipe, duct, etc., and the reconnecting of the existing equipment and plumbing fixtures as necessitated by field conditions to allow the installation of the new systems regardless of whether or not such rerouting, reconnecting or relocating is shown on the drawings. Furnish all temporary pipe, duct, controls, etc., as required to maintain heating, cooling, ventilation and plumbing services for the existing areas with a minimum of interruption. J. All existing plumbing fixtures, pipe, duct, materials, equipment, controls and appurtenances not included in the remodel or alteration areas are to remain in place. K. Pipe, duct, equipment and controls serving mechanical, plumbing and owner's equipment, etc., which is to remain but which is served by pipe, duct, equipment and controls that are disturbed by the remodeling work, shall be reconnected in such a manner as to leave this equipment in proper operating condition. L. It is the intention of this Section of the Specifications to outline minimum requirements to furnish the Owner with a turn -key and operating system in cooperation with other trades with a minimum of disruption or downtime. M. Refer to Architectural "Demolition and/or Alteration" plans for actual location of walls, ceiling, etc., being removed and/or remodeled. END OF SECTION Mech/Elec. Equipment Coordination Sheet Mark # Unit Type Manufacturer's Recomm. Fuse Size (MOCP) Mark # Unit Type Manufacturer's Recomm. Fuse Size (MOCP) Page 19 of 20 Page 20 of 20 SECTION 15080 OUTSIDE UTILITY TRENCH EXCAVATION, BACKFILL, AND COMPACTION PART 1 — GENERAL 1.01 DESCRIPTION OF WORK A. Related Work Specified Elsewhere: 1. Section 15010 — General Provisions 2. Section 15050 — Basic Materials and Methods 3. Division 2 — Site Work B. Description: This section described general requirements, products, and methods of execution relating excavation, backfill, and compaction of utility trenches outside of buildings. The arbitrary line of demarcation between inside and outside of buildings occurs 5' outside the building perimeters. C. It shall be the duty and responsibility of the Contractor and all of its subcontractors to be familiar and comply with all requirements of Public Law 91-696, 29 U.S.C. Secs. 651 et. seq., the Occupational Safety and Health Act of 1970, (OSHA) and all amendments thereto, and to WHICH TRENCH EXCAVATION WILL EXCEED A DEPTH OF FIVE FEET, THE CONTRACTOR AND ALL OF ITS SUBCONTRACTORS SHALL COMPLY WITH ALL REQUIREMENTS OF 29 C.F.R. SECS. 1926.652 AND 1926.653, OSHA SAFETY AND HEALTH STANDARDS. D. SPECIAL NOTE: All provisions and divisions of these specifications are a part of this section of these specifications. The Contractor shall consult these divisions and provisions in detail for instructions and include all items pertaining to this work. The Contractor shall consult all other divisions of these specifications, determine the extent of impact on the work required to complete the work required by this section of the specifications or portion thereof and related work shown on the drawings. PART 2 — PRODUCTS 2.01 BEDDING MATERIAL A. Select bedding material from trench excavation using care to separate it from unsuitable material. If suitable bedding material is not available from trench excavation, import it from sources approved by the Architect. B. Use granular material, free from large stones, boulders and debris. Maximum aggregate size passing a 2" sieve opening. Maintain moisture content within a range that will allow specified compaction. 2.02 TRENCH BACKFILL A. Obtain trench backfill material from trench excavation. If sufficient suitable trench backfill material is not available from trench excavation, import it from sources approved by the Architect. B. Use granular material, free from large stones, boulders, and debris. Maintain moisture content within range that will allow specified compaction. Maximum aggregate size 4 inches. Page 1 of 3 PART 3 — EXECUTION 3.01 EXCAVATION A. Excavate trenches to depth and grades as shown on drawings. B. Place all excavated material suitable for backfill in an orderly manner and in conformance with safety codes. C. Dispose of all material not suitable for backfill. D. Form bell holes so pipelines rest on continuous undisturbed soil. If larger rocks or boulders are encountered, remove them. If ground surface is below specified pipe grade, fill to required depth with granular materials free from debris and rock, and compact to proper grade before installing piping. 3.02 LOCATION A. Locate trenches to accommodate utilities shown on the drawings. B. Construct trench with adequate width to allow compaction equipment to be used at the side of pipes. B. Make trench side slopes conform to prevailing safety code requirements. 3.03 DE -WATERING A. Perform whatever work is necessary to prevent flow and accumulation of surface or ground water in the excavation. 3.04 TIMING A. Do not complete backfill until utility system has been properly tested, inspected, and approved. B. Coordinate with the work of others and complete all trench work in a timely manner. 3.05 BEDDING A. Place bedding material under, around, and over pipe in lifts not exceeding 8" in depth. B. Work material around pipe by hand methods, taking care to keep any oversize or sharp stones out of contact with the pipe, and provide uniform support for the pipe. C. Cover pipe with bedding material to a minimum 6" depth before adding other backfill. D. Cover water line with 18" bedding material before backfilling. 3.06 BACKFILLING A. Continue placing backfill material until trench is completely filled to finished grade, or as shown on the drawing. B. Place backfill material in lifts not to exceed 12" in depth. Page 2 of 3 3.07 COMPACTION A. Compact all bedding material to al least 95% of maximum density, taking care not to damage the pipe. B. Compact backfill material to preclude future settlement or at least to 90% of maximum density. 3.08 FINISHING A. After completion of backfilling, dispose of excess material and smooth the surface to grade. B. Restore all surface areas to original conditions, or improve as shown on the drawings. Replace all paving, base course, gravel surfacing, sub -base, topsoil or other existing finished surface as shown on drawings. C. Clean up and finish all construction areas to original condition or better. END OF SECTION Page 3 of 3 SECTION 15410 PLUMBING PIPING AND VALVES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Pipe and pipe fittings. B. Valves. C. Sanitary sewer piping system. D. Storm water piping system. E. Domestic water piping system. 1.02 RELATED SECTIONS A. Section 02222 - Excavating. B. Section 02223 - Backfilling. C. Section 02225 - Trenching. D. Section 15140 - Supports and Anchors. E. Section 15190 - Mechanical Identification. F. Section 15240 - Vibration Isolation. G. Section 15260 - Piping Insulation. H. Section 15440 - Plumbing Fixtures. 1.03 REFERENCES A. ANSI B31.1 - Power Piping. B. ANSI B31.9 - Building Service Piping. C. ASME - Boiler and Pressure Vessel Code. D. ASME Sec. 9 - Welding and Brazing Qualifications. E. ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125, 250 and 800. F. ASME B16.3 - Malleable Iron Threaded Fittings. G. ASME B16.4 - Cast Iron Threaded Fittings Class 125 and 250. H. ASME B16.22 - Wrought Copper and Bronze Solder -Joint Pressure Fittings ASTM A47 - Ferritic Malleable Iron Castings. PAGE 1 of 12 J. ASTM A53 - Pipe, Steel, Black and Hot -Dipped Zinc Coated, Welded and Seamless. K. ASTM A74 - Cast Iron Soil Pipe and Fittings. L. ASTM B32 - Solder Metal. M. ASTM B42 - Seamless Copper Pipe. N. ASTM B306 - Copper Drainage Tube (DWV). O. ASTM D1785 - Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedule 40, 80, and 120. P. ASTM D2241 - Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR -PR). Q. ASTM D2466 - Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. R. ASTM D2564 - Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings. S. ASTM D2729 - Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. T. ASTM D2846 - Chlorinated Polyvinyl Chloride (CPVC) Pipe, Fittings, Solvent Cements and Adhesives for Potable Hot Water Systems. U. ASTM F493 - Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings. V AWWA C111- Rubber -Gasket Joints for Ductile Iron and Gray -Iron Pressure Pipe and Fittings. W. AWWA C651 - Disinfecting Water Mains. X. CISPI 301 - Cast Iron Soil Pipe and Fittings for Hubless Cast Iron Sanitary Systems. Y. CISPI 310 - Joints for Hubless Cast Iron Sanitary Systems. 1.04 SUBMITTALS A. Submit under provisions of Division One. B. Product Data: Provide data on pipe materials, Pipe fittings, valves, and accessories. Provide manufacturers catalog information. Indicate valve data and ratings. 1.05 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division One. B. Record actual locations of valves. 1.06 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Division One. B. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views. PAGE 2 of 12 1.07 QUALITY ASSURANCE A. Valves: Manufacturer's name and pressure rating cast or marked on valve body. B. Welding Materials and Procedures: Conform to ASME Code and applicable state labor regulations. C. Welders Certification: In accordance with ASME Sec 9. D. Foreign pipe, fittings or valves are unacceptable. E. Piping shall be labeled along entire length indicating size, class, material specification, manufacturers name and country of origin. 1.08 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum 5 years documented experience and must be a domestic manufacturer. B. Installer: Company specializing in performing the work of this section with minimum 5 years documented experience. 1.09 REGULATORY REQUIREMENTS A. Perform Work in accordance with plumbing and building codes having jurisdiction. B. Conform to applicable codes for the provision and installation of all required backflow prevention devices. C. Provide certificate of compliance from authority having jurisdiction indicating approval of installation of backflow prevention devices. D. No PVC pipe or fittings will be allowed for any areas where pipe is to penetrate a fire rated assembly or to be installed in a return air plenum unless the entire length of all such piping is encased within a minimum 2 hour fire rated enclosure. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Division One. B. Accept valves on site in shipping containers with labeling in place. Inspect for damage. C. Provide temporary protective coating on cast iron and steel valves. D. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. E. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system. Tape will not be allowed as an acceptable end cover. 1.11 EXTRA MATERIALS A. Furnish under provisions of Division One. PAGE 3of12 B. Provide two repacking kits for each size valve. PART 2 - PRODUCTS 2.01 SANITARY SOIL WASTE AND VENT PIPING, BURIED BEYOND 5 FEET OUTSIDE OF BUILDING A. PVC Pipe: ASTM D 1785/D 2729 schedule 40; installed per ASTM D 2321. 1. Fittings: PVC, ASTM D 3311/D 2665 drainage pattern, with bell and spigot ends. Furnished by the same manufacturer as pipe or approved equal. 2. Joints: solvent weld with ASTM D 2564 solvent cement, installed per the requirements of ASTM D 2855. ***OR*** B. PVC pipe: ASTM D 3034, SDR 35; installed per ASTM D 2321. 1. Fittings: ASTM F 1336 PVC, drainage pattern, with bell and spigot ends. Furnished by the same manufacturer as pipe or approved equal. 2. Joints: ASTM F 477 or F 913, elastomeric gaskets or solvent weld. 2.02 SANITARY SOIL, WASTE AND VENT PIPING, BURIED WITHIN 5 FEET OF BUILDING, BELOW GRADE A. PVC Pipe: ASTM D 1785/D 2665 schedule 40 1. Fittings: PVC, ASTM D 3311/D 2665 drainage pattern, with bell and spigot ends to be furnished by the same manufacturer as pipe or approved equal. 2. Joints: solvent weld with ASTM D 2564 solvent cement, clear, medium bodied, for sizes 3" and smaller and gray, heavy bodied, for sizes 4" and larger, mating surfaces shall be prepared with ASTM F 656 purple primer immediately prior to cement application. 2.03 SANITARY SOIL, WASTE AND VENT PIPING, WITHIN BUILDING, ABOVE GRADE A. Cast Iron Pipe: ASTM A 888, hubless, service weight. 1. Fittings: Cast iron, ASTM A 888 drainage pattern. 2. Joints: No hub, ASTM C 564 neoprene gaskets and standard stainless steel clamp and solid shield assemblies constructed of type 300 series stainless steel. Clamp assemblies shall conform to FM 1680 where required by the administrative authority. B. Copper Tubing: ASTM B 306, DWV, sizes 2" and smaller. 1. Fittings: ASME B 16.23 cast bronze, or ASME B16.29, wrought copper. 2. Joints: ASTM B 32, solder, Grade 50B. C. Brass Pipe: ASTM B 43, chrome plated. 1. Fittings: ASME B 16.23 cast bronze, chrome plated. 2. Joints: ASTM B 32, solder, Grade 50B. D. PVC Pipe: ASTM D 1785/D 2665 schedule 40 1. Fittings: PVC, ASTM D 3311/D 2665 drainage pattern, with bell and spigot ends to be furnished by the same manufacturer as pipe or approved equal. PAGE 4 of 12 2. Joints: ASTM D 2855, solvent weld with ASTM D 2564 solvent cement. 2.04 DOMESTIC WATER PIPE, BURIED WITHIN 5 FEET OF BUILDING, BELOW GRADE A. Copper Tubing: ASTM B 88, Type L, soft annealed. 1. Fittings: ASME B 16.18, cast bronze, ASTM B 16.22 wrought copper alloy or ASTM B 16.26 cast bronze for flared fittings. 2. Joints: Sweat solder or flared. Note: No joints will be permitted in pressure water pipe below slab on grade. All such piping must be brought up above finished floor line a minimum of 12" before joining. Exception may be taken when pipe is fully enclosed in pressure rated sleeve and pre -approved by the Architect and Engineer. 2.05 DOMESTIC WATER PIPING, WITHIN BUILDING, ABOVE GRADE A. Copper Tubing: ASTM B 88, Type L, hard drawn. 1. Fittings: ASME B 16.18, cast bronze, or ASTM B 16.22 wrought copper alloy. 2. Joints: ASTM B 32, solder. B. CPVC Pipe, ASTM D2846, Schedule 40. 1. Fittings: ASTM D2846. C. Cross-linked Polyethylene (PEX) ASTM F877 tubing for hot and cold water distribution systems. Manufactured in accordance with ASTM F876 and ASTM F877 and tested for compliance by an independent third -party agency 1. ASTM F876 cross-linked polyethylene (PEX) tube, ASTM F1807 fittings and ASTM F2159 fittings. 2. Non -barrier type. 3. Shall have a pressure and temperature rating of 160 PSI at 73°F, 100 PSI at 180°F and 80 PSI at 200°F 4. Tubing shall have a minimum of 6 months UV protection. 5. Tubing shall have a 25/50 flame and smoke developed rating as per ASTM E84. 6. Tubing shall have a 25 year warranty. 7. Tubing shall be used with copper manifolds and nipples. 2.06 FLANGES AND UNIONS A. Pipe size 2 inches and under: 1. Ferrous pipe: ANSI B16.39, 150 psig malleable iron threaded unions. 2. Copper tube and pipe: 150 psig bronze unions with soldered ends. 3. Ferrous pipe: ANSI B16.5, 150 psig forged steel flanges; screwed neck, 1/16" thick preformed neoprene gaskets. B. Pipe size 2-1/2 inches and larger: 1. Ferrous pipe: 150 psig forged steel slip-on flanges; weld neck, 1/16" thick preformed neoprene gaskets. 2. Copper tube and pipe: 150 psig slip-on bronze flanges; 1/16" thick preformed neoprene gaskets. C. Dielectric Connections: PAGE 5 of 12 1. Pipe size 2 inches and under: Union with galvanized or plated steel threaded end, copper solder end, water impervious isolation barrier. 2. Pipe size 2-1/2 inch and larger: flange, connection as above, with water impervious isolation barrier. 2.07 GATE VALVES A. Manufacturers: 1. Nibco No. T-111 up to 2-1/2"; F-617-0 3" and over. 2. Other acceptable manufacturers offering equivalent products. a. Crane No. 428 up to 2-1/2"; 465-1/2 3" and over. b. Stockham No. B-100 up to 2-1/2"; G-623 3" and over. c. Grinnell No. 3010 up to 2-1/2"; 6020A 3" and over. B. Up to and including 2-1/2" Inches: Bronze body, bronze trim, rising stem, handwheel, inside screw, solid wedge threaded ends. C. Over 3" Inches: Iron body, bronze trim, rising stem, handwheel, OS&Y, solid wedge, flanged ends. D. Provide bronze tee or cast iron square nut operator for all valves installed below ground. 1. Valves 2-1/2" and smaller shall be equipped with ASTM B62 solid red bronze tee securely affixed to the valve stem. 2. Valves 3" and larger shall be equipped with a standard 2" square combination nut/socket securely affixed to the valve stem. 3. Provide owner with two extended tee handle operating wrenches for each type of valve head installed. 2.08 BALL VALVES A. Manufacturers: 1. Nibco No. T-585-70-66 2. Other acceptable manufacturers offering equivalent products. a. Crane No. 9303-B b. Stockham Model S-216BR-1R-T c. Grinnell No. 3700-6 B. Up to and including 2 Inches: Bronze two 600 PSI piece body full port, stainless steel ball and stem, Teflon seats and stuffing box ring, lever handle and balancing stops, threaded ends with union. C. Ball valves used for balancing shall have memory stops. D. CPVC valves shall be Nibco CPVC-CTS 4770 or equivalent. End connections as per ASTM D2846, NSF 61, with CPVC ball and body. ******Delete when not specifying CPVC******* 2.09 SWING CHECK VALVES A. Manufacturers: 1. Nibco No. T -413-B up to 2-1/2"; F-918 3" and over. 2. Other acceptable manufacturers offering equivalent products. a. Crane No. 37 up to 2-1/2"; 372 3" and over. PAGE 6 of 12 b. Stockham No. B-319; up to 2-1/2"; G931 3" and over. c. Grinnell No. 3300 up to 2-1/2"; 6300A 3" and over. B. Up to and including 2-1/2 Inches: Bronze swing disc, screwed ends. C. Over 2-1/2 Inches: Iron body, bronze trim, swing disc, renewable disc and seat, flanged ends. Include outside lever and adjustable weight where required for quiet operation. 2.10 SPRING LOADED (SILENT) CHECK VALVES A. Manufacturers: 1. Nibco No. W-910 2. Other acceptable manufacturers offering equivalent products. a. Grinnell No. 402 B. Iron body, bronze trim, stainless steel spring, renewable composition disc, screwed, wafer, or flanged ends. 2.11 SOLDER A. 95.5% tin, 4% copper, 0.5% silver. B. Lead free, antimony free, zinc -free. C. Silvabrite 100, by Engelhard Corporation or approved equal. PART 3 - EXECUTION 3.01 EXAMINATION A. Coordinate and verify excavations under provisions of Division Two. B. Verify that all excavations are to the required grade, dry, and not over -excavated. 3.02 PREPARATION A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe. B. Remove scale, oil and dirt, on inside and outside, before assembly. C. Prepare piping connections to equipment with flanges or unions. D. Install, clean bank sand backfill in trench to a minimum of 6 inches below pipe, and to cover all piping a minimum of 12 inches above pipe. 3.03 INSTALLATION A. Install all materials in accordance with manufacturer's published instructions. B. All exposed sewer and water pipe in toilet rooms or other finished areas of the building shall be chromium plated. C. Provide non -conducting dielectric connections wherever jointing dissimilar metals. PAGE 7 of 12 D. Route piping in orderly manner, parallel and perpendicular to building column grid lines, unless indicated otherwise on drawings, and maintain gradients. E. Install piping to conserve building space and not conflict with other trades or interfere with intended use of space. F. Group piping whenever practical at common elevations. G. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment. H. Provide clearance for installation of insulation and access to valves and fittings. Valves installed beyond reasonable reach shall be provided with chain operator. Provide access doors where valves and operable fittings are not exposed. Access doors shall be of approved types set in locations pre -approved by submittal to the Architect. J. Establish elevations of buried piping outside the building to ensure not less than 2 feet of cover, or maximum depth of frost penetration, which ever is the greater. K. Where pipe support members are welded to structural building framing, scrape, brush clean, and apply one coat of zinc rich primer to welding. L. Provide encasement for and support of utility meters in accordance with requirements of utility companies. M. Gate valves installed below grade shall be covered with an adjustable cast iron roadway box extended to grade. Cover shall be cast iron with 'water cast on top and set flush to finished paving or 2" above finished earthen grade. Box shall be supported from undisturbed soil or concrete base and shall not introduce any stress to piping under all traffic conditions. N. Prepare pipe, fittings, supports, and accessories not pre -finished, ready for finish painting. 0. Excavate in accordance with Division Two. P. Backfill in accordance with Division Two. Q. Install bell and spigot pipe with bell end upstream. R. Maintain uniformity in the installation of piping materials and joining methods. Do not mix materials types. S. Install valves with stems upright or horizontal, not inverted. T. Solder joints shall be wiped clean at each joint, remove excess metal while molten and flux residue when cooled. U. No PVC pipe or fittings will be allowed for any areas where pipe is installed in return air plenum unless the entire length of all such piping is encased within a minimum 2 hour fire rated enclosure. V. Installations of thermoplastic piping systems shall be in strict conformity to the manufacturers published instructions. Under ground drainage pipe installations shall be in conformity to ASTM D 2321. PAGE 8 of 12 W. Installation of solvent cement joints for PVC piping shall be in strict conformity to the requirements outlined in ASTM D 2855. X. Waste nipple from wall to tapped tee shall be schedule 40 threaded galvanized steel pipe or brass or copper with threaded adapter. Y. Provide approved PVC slip by cast iron no hub adaptor at each transition from underground PVC piping to above ground cast iron pipe using standard or wide bodied no hub couplings for as specified elsewhere in this section. Transition shall be made as close as possible to floor for sanitary DWV piping systems and at test tee for storm drainage piping. Support vertical cast iron pipe from floor anchors with using riser clamp and galvanized all thread rod as specified in section 15140. 3.04 APPLICATION A. Install union downstream of all valves at equipment or apparatus connections. B. Install male adapters each side of threaded valves in copper piped system. Sweat solder adapters to tube prior to make-up of threaded connections. C. Install gate valves for shut-off and to isolate all equipment items, distinct parts of systems, or vertical risers. D. Each plumbing fixture shall have a shut-off valve on each hot water and cold water supply line. E. Each plumbing water rough -in stub out shall be fitted with a shut off valve. F. Install globe, ball or butterfly valves for throttling, bypass, or balancing (manual flow control) services. G. Ball valves installed in insulated piping shall be fitted with extended lever operators of sufficient length to raise handle above the insulation jacket material. Where valve is used for throttling service valve handle shall be equipped with adjustable memory stop device. H. Provide spring loaded, non -slam, check valves on discharge of water pumps. 3.05 ERECTION TOLERANCES A. All drainage lines in the building shall have 1/4 inch to the foot fall where possible and not less than 1/8 inch to the foot fall toward the main sewer. Pipe must be so laid that the slope will be uniform and continuous. Permission shall be secured from the Architect and Engineer before proceeding with any Work where existing conditions prevent the installation at minimum grade specified. B. Slope all water piping and arrange to drain at low points. Provide loose key operated, polished chrome, sill cock flush to wall where fixture stop will not suffice for this requirement. 3.06 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Prior to starting work, all domestic water systems shall be complete, thoroughly flushed clean and free of all foreign matter or erection residue. B. Ensure PH of water to be treated is between 7.4 and 7.6 by adding alkali (caustic soda or soda ash) or acid (hydrochloric). PAGE 9 of 12 C. On building side of the main shut off valve, provide a 3/4" connection through which chlorine can be introduced into the water piping D. Inject disinfectant, free chlorine in liquid, powder, tablet or gas form, in sufficient quantity to obtain 50 to 80 mg/L residual free chlorine solution throughout the entire domestic water piping systems. E. Bleed water from outlets as required to ensure complete distribution and test for disinfectant residual at a minimum 15 percent of total outlets. F. Maintain disinfectant in system for 24 hours. G. If final disinfectant residual tests less than 25 mg/L, repeat treatment. H. Flush disinfectant from system until residual equal to that of incoming water or 1.0 mg/L. Take samples no sooner than 24 hours after flushing, from 5 percent of outlets and from water entry, and analyze in accordance with AWWA C651. 3.07 SERVICE CONNECTIONS A. Provide new sanitary and storm sewer services connecting to existing building services or utility lines as shown on the drawings. B. Before commencing work, field verify invert elevations required for sewer connections, confirm inverts and ensure that these can be properly connected with slope for drainage and cover as required. C. Provide new domestic water service connecting to existing building services or utility lines as shown on plans. Assure connections are in compliance with requirements of the jurisdiction having authority. D. Extension of services to the building shall be fabricated from the same materials as the utility service lines or those materials specified herein. E. Should points of connection vary from those indicated on the drawings contractor shall properly allow for this in the actual connections field fabricated. 3.08 RODDING SEWERS A. All sanitary soil and waste lines, both in the building and out, shall be rodded out after completion of the installation. B. This Work shall be done, as part of the contract, to make certain that all lines are clear, and any obstruction that may be discovered shall be removed immediately. Rodding shall be accomplished by utilizing a rotary cutter, which shall be full size of pipe being cleaned. 3.09 TESTING OF PLUMBING PIPING SYSTEMS A. During the progress of the work and upon completion, tests shall be made as specified herein and as required by Authorities Having Jurisdiction, including Inspectors, Owner or Architect. The Architect or duly authorized Construction Inspector shall be notified in writing at least 2 working days prior to each test or other Specification requirement which requires action on PAGE l0 of 12 the part of the Construction Inspector. B. Tests shall be conducted as part of this work and shall include all necessary instruments, equipment, apparatus, and service as required to perform the tests with qualified personnel. Submit proposed test procedures, recording forms, and test equipment for approval prior to the execution of testing. C. Tests shall be performed before piping of various systems have been covered or furred -in. For insulated piping systems testing shall be accomplished prior to the application of insulation. D. All piping systems shall be tested and proved absolutely tight for a period of not less than 24 hours. Tests shall be witnessed by the Architect or an authorized representative and pronounced satisfactory before pressure is removed or any water drawn off. E. Leaks, damage or defects discovered or resulting from test shall be repaired or replaced to a like new condition. Leaking pipe joints, or defective pipe, shall be removed and replaced with acceptable materials. Test shall be repeated after repairs are completed and shall continue until such time as the entire test period expires without the discovery of any leaks. F. Wherever conditions permit, each piping system shall thereafter be subjected to its normal operating pressure and temperature for a period of no less than five 5 days. During that period, it shall be kept under the most careful observation. The piping systems must demonstrate the propriety of their installation by remaining absolutely tight during this period. G. Domestic Water: 1. .Pressure test at one and one half times the normal working pressure or 125 psig, which ever is the greater, for 24 hours. H. Sanitary Soil, Waste and Vents and Storm Sewer: 1. After the rough -in soil, waste and vent and other parts of the sanitary sewer including branch laterals have been set from the lowest level, at point of connection to existing utility lines, to above the floor line, all outlets shall be temporarily plugged or capped, except as are required for testing as described herein. Ground work shall not permit the backfill of trenches to cover any joints until the completion of testing. Back fill shall be limited to mid sections of full joints of piping only. For pipe in ground the piping shall be readied as described herein and filled with water to a verifiable and visible level to 10' above the lowest portions of the system being tested. 2. On multi-level buildings only one floor level shall be tested at a time. Each floor shall be tested from a level below the structure of the floor, or the outlet of the building in the case of the lowest level, to a level of 12 inches above the floor immediately above the floor being tested, or the top of the highest vent in the case of the highest building level. The pipes for the level being tested shall be filled with water to a verifiable and visible level as described above and be allowed to remain so for 24 hours. If after 24 hours the level of the water has been lowered by leakage, the leaks must be found and stopped, and the water level shall again be raised to the level described, and the test repeated until, after a 24 hour retention period, there shall be no perceptible lowering of the water level in the system being tested. 3. Should the completion of these tests leave any reasonable question or doubt of the integrity of the installation, additional tests including peppermint smoke, or other measures shall be performed to demonstrate the reliability of these systems to the complete satisfaction of the Owner's duly authorized representative. Such tests shall be conducted and completed before any joints in plumbing are concealed or made inaccessible. PAGE 11 of 12 3.10 COMPLETE FUNCTIONING OF WORK A. All work fairly implied as essential to the complete functioning of the systems shown on the Drawings and Specification shall be completed as part of the work of this Division unless specifically stated otherwise. It is the intention of the Drawings and Specification to establish the type and function of systems but not to set forth each item essential to the functioning of any system. In case of doubt as to the work intended or in the event of amplification or clarification thereof, the Contractor shall call upon the Architect for Supplementary Instructions and Drawings, etc. END OF SECTION PAGE 12 of 12 SECTION T-16010 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE: A. The Contractor shall execute all work as hereinafter specified, as shown on the drawings or as necessary to provide complete and functioning systems. All items of labor, material or equipment not required in detail by the specifications or drawings, but incidental to or necessary for the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection therewith, shall be furnished as if called for in detail by the specifications or drawings. 1.02 LAWS AND ORDINANCES: A. All work and materials shall conform to the requirements of the federal, state, and local laws and ordinances having jurisdiction at the jobsite. The installation shall be in strict accordance with the latest edition of the National Electrical Code (NEC). The Contractor at no increase in contract price shall make all modifications to the work, which may be required by an authority having legal jurisdiction over the work. 1.03 LICENSES, FEES AND PERMITS: A. The Contractor shall have a Master Electrician license issued by or acceptable to the city in which the work is to be performed. Additionally, and at all times while work is being performed, for every five or less craftsman working on the project site, at least one craftsman shall have a Journeyman Electrician license issued by or acceptable to the city in which the work is to be performed. A city electrical construction permit will be required for this project. 1.04 THE DRAWINGS AND SPECIFICATIONS: A. The drawings and specifications shall be interpreted together, and any and all work included in either, though not in both, shall be part of the contracted work. The drawings are diagrammatic but shall be followed as closely as actual construction of the project and existing job site conditions will permit. Any changes due to equipment supplied, conflict with the work of other trades or to make this work conform to the National Electrical Code shall be made by the Contractor at no increase in contract price. 1.05 SITE CONDITIONS: A. Before submitting his bid, the Contractor shall visit the site and familiarize himself with all existing conditions and his bid shall be based on accepting conditions as they exist. 1.06 MATERIALS AND EQUIPMENT: Page 1 of 6 A. All materials and equipment furnished by the Contractor shall be new. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of such materials and equipment. Where two or more units of the same item are required, they shall be products of a single manufacturer. The Contractor shall unload and properly store all electrical materials and equipment delivered to the jobsite. 1.07 UTILITY CONNECTIONS AND SERVICE: A. The Contractor shall make arrangements for connection with the electrical utility company that will serve the jobsite and shall comply with all the rules, regulations and requirements of the utility company. The Contractor shall examine the site, confer with the utility company and verify the requirements for connections prior to bidding the work. The Contractor shall verify with the utility company the exact location of service tie-in points, cable routes, etc. Failure of the Contractor to contact the utility company and obtain such information prior to bidding the work shall not be considered as a basis for additional compensation. Where outages to existing electrical service are required, the Contractor shall coordinate the timing and duration of such outages with Owner's representative. B. The Contractor shall furnish and install a meter enclosure for the utility company meter. The enclosure and installation shall be in accordance with utility company requirements. 1.08 SAFETY: A. It shall be the responsibility of the electrical Contractor to initiate, maintain, and supervise all safety precautions required by local, state, and federal laws, including OSHA. 1.09 SUBMITTALS: A. Submittals for Approval: 1. Submit in accordance with Section 01300 except as otherwise stated herein. 2. Within 30 calendar days after award of contract, the Contractor shall furnish seven (7) sets of drawings and data as described herein for Engineer approval. No item of equipment or material shall be ordered or shipped to the job site until the Engineer has given written approval of the submittal data. 3. The submittal data shall be bound in a 3 -ring binder with dividers. The binder shall include a cover and a table of contents with the contractors name as well as the name of the project. All data shall be divided by specification section. 4. The submittal data for each item shall include descriptive literature, performance data, shop drawings technical literature and any other necessary data to readily identify that the equipment will meet the requirements of the drawings and specifications. 5. One complete submittal of drawings and data shall be made for all required items. Partial or incomplete submittals will be returned without comment. All copies furnished shall be manufacturer's original copies of good quality, Page 2 of 6 legible photocopies or blue line prints. Copies transmitted by facsimile machine are not acceptable. 6. Submittal documents shall be job specific. Where manufacturer's standard drawings or catalog sheets are provided, they shall be marked to show specifically what is being furnished. Drawings shall be marked to show Owner's name, plant location, project description and equipment designation. 7. Substitutions for specified products shall be in compliance with Paragraph 1 10. 8. The Contractor shall review all manufacturers' submittals for completeness, accuracy and compliance with project specifications before submitting to Engineer. 9. The Engineer will review the complete submittal package and return five (5) sets to the Contractor with individual items marked in one of the following three forms: Reviewed as submitted Reviewed with comments Disapproved Items that are disapproved shall be corrected as required and shall be resubmitted to the Engineer for approval. B. Approval of submittals, etc. shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the work and to aid in the proper selection and installation of the materials and equipment. All materials and equipment shall be subject to final acceptance by the Engineer at completion of the project. C. Submittal of Record Data: 1. Record Data: Provide seven (7) sets of record data books containing information listed below. The material shall be bound into appropriately sized 3 ring binders, organized with dividers and index sheets. The binders shall be appropriately labeled with the Owner's name, project name and location. The data books shall include: a. Certified as -built shop drawings for all fabricated equipment. b. Approved product data for all items required in Paragraph 1.09A. c. Spare parts lists d. Test records. 2. Record Drawings: Provide one (1) set of project drawings marked neatly and legibly in colored pencil to show any significant deviation between actual conditions and original design layout. 3. Operation and Maintenance Data: Provide seven (7) sets of manufacturer's operation and maintenance data on equipment and components. The data shall be organized into loose-leaf binders with dividers and master index. 1.10 SUBSTITUTIONS: Page 3 of 6 A. Requirements for Substitutions: It is the intention of the drawings and specifications to establish a definite standard when a particular manufacturer's product is mentioned. Written request for substitutions of equivalent products will be considered provided all the following conditions are met. Substitutions for specified products will not be permitted unless all of the following conditions are met: 1. Written request shall be received in the Engineer's office ten (10) days prior to the day of bid opening. Requests after ten days prior to the day of bid opening will not be considered. 2. Request shall include complete technical data, i.e. product data sheets, curve, ratings, etc. 3. Request shall include a complete written comparison of differences and similarities between the proposed and specified product. Provide a written comparison for each substitution being requested. 4. Space and clearance requirements are adequate for products mentioned. It is the responsibility of the Contractor to verify space and clearance requirements for products proposed for substitution. 5. If modifications to the drawings and specifications are necessary for the proper installation of a product proposed for substitution, the request shall explain such in detail, accompanied by drawings if necessary. B. Approval: If the above has been complied with, and in the Engineer's opinion the product proposed for substitution is equivalent to that mentioned, the product will be approved for substitution and all prospective bidders will be so notified. 111 PROTECTION: A. All new work, equipment and materials shall be protected at all times to prevent damage or breakage, either in transit, storage, installation or testing. All openings shall be closed with caps or plugs during installation. All materials and equipment shall be covered and protected against dirt, water, chemical or mechanical injury. This shall include the erection of all required temporary shelters, cribbing of any apparatus above floor construction and covering of apparatus in incomplete buildings with tarpaulins or other protective covering. Temporary electric heaters shall be installed to keep apparatus dry. All rotating equipment and/or machinery shall be properly lubricated and rotated on a regular basis. All electrical materials and equipment damaged during handling, storage, and installation, until the Owner has accepted the project, shall be repaired or replaced by the Contractor with no increase in contract price. 1.12 COORDINATION: A. The Contractor shall not hinder and/or delay any work being accomplished by other construction companies at or near the general construction site; nor shall Page 4 of 6 the Contractor impede normal operation of the Owner at any time except as otherwise indicated. 1.13 WORKMANSHIP: A. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their particular trades. All installations shall be complete in both effectiveness and appearance whether finally enclosed or left exposed. The Engineer reserves the right to direct the removal or replacement of any item which, in his opinion, does not present a reasonably neat or workmanlike appearance, providing that same can be properly installed in an orderly way by usual methods for such work. All specialties and appurtenances shall be installed to conform to the manufacturer's recommendations unless otherwise specified. 1.14 EQUIPMENT BY OTHERS: A. This Contractor shall make electrical connections to equipment installed by other trades. The mechanical contractor shall install all motor driven equipment and motors furnished under this contract. 1. The Contractor shall verify the electrical requirements of equipment and appliances furnished by others with data provided by the successful vendor or vendors. The Contractor shall provide the proper sized circuits, circuit breakers, starters, disconnect switches, receptacles, etc. as required to connect this equipment. If changes are required to electrical systems shown on the drawings, the Contractor shall make these changes at no additional cost to Owner. 1.15 CUTTING AND REPAIRING: A. The Contractor shall coordinate the work to eliminate cutting of the construction except as specified. Where it becomes necessary to cut through the construction to permit the installation of work or the repair of defective work, it shall be done by mechanics skilled in the trade of erecting the type of work involved. The Contractor without additional compensation shall pay the cost of cutting and repairing. No cutting shall be done to any structural members unless the Engineer grants specific permission, in writing. 1.16 SLEEVES, INSERTS, SUPPORTS, ANCHOR BOLTS, FLASHING AND FOUNDATIONS: A. Furnish and install all sleeves, inserts, supports, anchor bolts, flashing, counter flashing and foundations required for the proper installation of the proposed work. 1.17 CLEANING: A. All debris resulting from the construction shall be removed from the project site daily. Upon completion of the project, unused materials and equipment shall be removed from the project site. All visible labels, dirt overspray, paint, grease, Page 5 of 6 and stains shall be removed from all electrical equipment. Labels indicating testing laboratory approval or giving parts numbers shall be left in place. 1.18 TESTING: A. The Contractor shall test the entire wiring system for proper voltage level and balance, and for short circuits and grounds in accordance with established methods upon completion of work. The system shall operate satisfactorily in every respect. This Contractor shall make all corrections to accomplish such. 1.19 INSPECTIONS: A. The Contractor shall cooperate with and provide assistance to the Engineer or the Engineer's Inspector in making periodic and final inspections of the work. This assistance shall include, but not necessarily be limited to, the furnishing of labor, tools, etc. to operate equipment and demonstrate its proper functioning. Also included shall be the removal of outlet, junction box and panel covers, etc. as necessary for the Engineer to inspect the work. 1.20 GUARANTEE: A. Any defects from imperfect or improper materials or faults arising from improper workmanship that may appear within a period of twelve (12) months from the date of final acceptance of the system shall be amended and made good by the Contractor at his own cost. Any defects or faults shall be attended to within ten (10) days after receiving written notice from the Engineer. Failure to promptly attend to said defects or faults shall be sufficient cause for the Owner to correct the problem with the Owner's forces or the forces of others and invoice the Contractor for any and all charges, including management and overhead, related to correcting said problem. END OF SECTION Page 6 of 6 SECTION T-16060 GROUNDING PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Solid grounding of electrical systems, equipment, machine frames, enclosures, appliances and structures. 2. Basic requirements for grounding for protection of life, equipment, circuits, and systems. 3. Grounding requirements specified in this Section may be supplemented in other sections of these Specifications. 1.02 REFERENCES: A. American Society for Testing and Materials (ASTM): 1. B3 Standard Specification for Soft or Annealed Copper Wire. 2. B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard or Soft. 3. B33 Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes. B. National Fire Protection Association (NFPA): 1. 70 National Electrical Code 2. 78 Lightning Protection Code C. Underwriters Laboratories Inc. (UL) 1. 467 UL Standard for Safety Grounding and Bonding Equipment. 1.03 SUBMITTALS — FOR APPROVAL: A. Procedure: Submit in accordance with Section 01300 and 16010. B. Product Data: Submit for grounding conductors, ground rods, clamps, connectors, wells and insulating materials. Page 1 of 5 1.04 SUBMITTALS — RECORD DATA: A. Submit in accordance with Section 01300. B. Product Data: Approved, as furnished data as listed above. C. Test Reports 1.05 QUALITY ASSURANCE: A. Items provided under this Section shall be listed or labeled by UL. B. Regulatory Requirements: 1. National Electrical Code (NEC): Provide components and installation as required by National Fire Protection Association (NFPA) 70, Article 250. PART 2 PRODUCTS 2.01 GENERAL: A. Provide products in quantities, sizes and ratings to comply with the NEC or the design drawings, whichever requirements are more stringent. B. Conductor Materials: Copper C. Connector Materials: Copper or bronze, tin-plated where required for corrosion resistance. 2.02 CONDUCTORS: A. Grounding Electrode Conductor: Soft drawn copper, Class B stranded per ASTM B-8, 600 volt TW, THW or THWN insulation. Size per NEC 250. B. Equipment Grounding Conductor: Soft drawn copper, Class B stranded per ASTM B-8 except that conductor sizes Nos. 12 and 10 AWG used in lighting and receptacle branch circuits may be solid conductor. All conductors shall have 600 volt, TW, THW or THWN insulation. C. Grounding Grid Conductor: Medium hard drawn bare copper, Class B stranded per ASTM B-8, No. 2/0 AWG or as otherwise indicated on the drawings. D. Color Code: Insulation color shall be green, except that sizes No. 2 AWG and larger may be black with green colored tape spirally applied over all visible surfaces within enclosures. Page 2 of 5 2.03 WIRE CONNECTORS: A. Terminal Lugs: Copper alloy, tin-plated, compression type, Burndy type, YA, NEMA 1 hole for sizes No. 6 through No. 1/0 AWG. Burndy type YGHA, NEMA 2 hole pad for sizes No. 2/0 AWG and larger. B. Split Bolt Connectors: Burndy SERVIT, type KS C. Taps and Splices: 1. Grounding Grid below Grade: Exothermic type (Cadweld) or compression type (Burndy Hyground). 2. Above Grade: Compression type. 2.04 CONDUIT CONNECTORS: A. Conduit Clamps: Burndy type GAR or GD. B. Grounding Bushings: 0-Z/GEDNEY 2.05 GROUNDING ELECTRODES: A. Ground Rods: 3/4 inch diameter, 10 feet long, copper clad steel with high strength sheath, molten welded to core. B. Rod Connectors: 1. Exothermic type: Cadweld 2. Mechanical type: Burndy type GAR or GD C. Test Wells: (Not Required) 2.06 INSULATING MATERIALS: A. Tape: Scotch 33+ vinyl plastic. B. Mastic Pads: Scotch EZ — Seal PART 3 EXECUTION 3.01 INSTALLATION: A. General: 1. Provide grounding of systems, equipment and structures in accordance with NEC Article 250, the requirements of the authority having jurisdiction and the design drawings. Page 3 of 5 B: Service Entrance: 1. Provide a main bonding jumper between the service neutral conductor, the service equipment ground bus and the service equipment enclosure. 2. Provide a grounding electrode conductor to connect the service neutral conductor to the main grounding electrode. B. Building Steel and Piping: 1. Provide bonding jumper from the service neutral to the building steel and metallic piping systems. E. Equipment Grounding: 1. Provide a green insulated equipment grounding conductor in all branch circuits and feeder conduits. Size conductor in accordance with NEC 250 unless otherwise indicated on the drawings. 2. Connect the equipment grounding conductor to panelboard or switchgear ground bus and to all metallic raceways, outlet boxes, lighting fixtures, equipment enclosures, appliances and motor frames. 3. Where metallic raceways are installed, both the raceway and the internal equipment grounding conductor shall be utilized for equipment grounding. F Grounding Grid: 1. Excavate and backfill for main grounding grid conductor. Locate conductors at least 3 feet away from foundation. Conductor depth shall be 18 to 24 inches below finished grade. 2. Install ground rods vertically in undisturbed soil so that the top of the rod is 18 to 24 inches below finished grade, except that in test wells the top of rods shall be 6 to 8 inches below grade. Space rods a minimum of 10 feet apart. 3. Make underground cable to cable connections using either exothermic or compression type connections. 4. Provide test wells where indicated on the drawings. Install top of test well flush with finished grade or pavement. Use only bolted type rod connectors in test wells. 5. In addition to equipment grounding conductor connections, make connections from the grounding grid to the following items using green, insulated conductors: Page 4 of 5 G. Conduit: a. Electrical equipment ground busses b. Electrical equipment enclosures c. Motor frames d. Steel support frames for electrical equipment e. Building steel frame 6. Grounding conductors stubbed up from below grade shall be enclosed in a 1 inch Schedule 40 PVC protective sleeve. 1. Provide grounding bushings where metallic conduits connect to non- metallic enclosures or stub -up into open -bottom, floor -mounted enclosures. 2. Provide conduit grounding clamps where metallic conduit stub -ups are connected to non-metallic underground conduits. END OF SECTION Page 5 of 5 SECTION T-16075 ELECTRICAL IDENTIFICATION PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Equipment nameplates and labels 2. Warning and caution signs 3. Operational instruction signs 4. Identification labeling of conduits, cables B. Related Sections: 1. Additional identification requirements are specified in other Sections of Division 16. 1.02 REFERENCES: A. Code of Federal Regulations (CFR) 1. 29CFR1910.145 Specification for Accident Prevention Signs B. National Fire Protection Association (NFPA) 1. 70 National Electrical Code 1.03 SUBMITTALS FOR APPROVAL: A. Procedure: Submit in accordance with Section 01300 and 16010. B. Product Data: Submit for each type of product used on project. C. Schedules: Nameplate engraving schedule. PART 2 PRODUCTS 2.01 ELECTRICAL IDENTIFICATION PRODUCTS: A. Engraved Nameplates and Signs: 1. Material: 3 ply plastic laminate, matte -finish, 0.125 inch thickness, white with black center core except that material used for warning signs shall be Page 1 of 4 red with white center core. Provide punched mounting holes for mechanical fasteners. 2. Size: Minimum size to be 1 inch by 2.5 inches, rectangular shape with square corners. 3. Engraving: Accurately align lettering and engrave into center core. Lettering shall be normal block style. Character size shall be 3/8 inch high for grouped equipment and load designation and 1/4 inch for individual equipment, loads and devices. B. Warning Signs: 1. Fiberglass reinforced polyester, non -adhesive backed, indoor -outdoor with punched mounting holes, Brady B-120. 2. Polyester overlaminated with plastic coating, adhesive -backed, indoor - outdoor, Brady B-302. 3. High Voltage warning signs to read "Danger -High Voltage -Keep Out." 4. Provide identical signs for each application. PART 3 EXECUTION 3.01 INSTALLATION: A. General: 1. Provide labels and signs in accordance with NEC requirements. 2. Install labels and signs at locations for best convenience of viewing without interference with operation and maintenance of equipment. 3. All nameplates and signs used on the project shall be of similar size, style and appearance. B. Equipment Nameplates: 1. Provide engraved identification nameplates for each of the following: a. Panelboards b. Circuit breakers c. Switches d. Contactors e. Pull and junction boxes 2. Nameplate legends shall include the equipment identification number as indicated on the design drawings and an appropriate service description. 3. Nameplates for switchgear assemblies, panelboards, and separately enclosed breakers, switches, starters and contactors shall include the operating voltage. Page 2 of 4 4. Attach engraved nameplates to equipment with self -tapping, stainless steel, round head screws. Use adhesive attachment only where the substrate material is not suitable for screw attachment. C. Warning Signs: 1. Voltage warning signs where required by the NEC, where indicated on drawing and as follows: a. Equipment Rooms: On all doors to equipment rooms containing equipment or circuits over 600 volts or containing exposed live parts. Minimum size shall be 7 inches x 10 inches. b. Pull Boxes: On removable covers for all pull and junction boxes containing circuits over 600 volts. c. Equipment: On front and rear compartment access doors and covers enclosing live parts. Signs provided as part of equipment that meet these requirements are acceptable. d. Fences: On each gate and on each side of fences that enclose equipment or circuits over 600 volts or exposed live parts. Minimum size shall be 10 inches by 14 inches. Locate at intervals not exceeding 30 feet. 2. Multiple Source Signs: a. Where enclosures contain voltages from more than one source which are not interrupted by opening the local unit disconnecting means, provide an engraved nameplate bearing the following (or similar) legend: "WARNING — MULTIPLE ELECTRICAL SOURCES EXIST WITHIN THIS ENCLOSURE" OR "WARNING — VOLTAGE MAY BE PRESENT WITH DISCONNECT SWITCH OPEN" 3. Hazardous Operation: a. Where operation of an electric switch or control device may create an unsafe or undesirable operating condition, provide an engraved plastic sign with appropriate warning statement. D. Multiple Services: 1. Where multiple services exist, provide each service disconnect with an additional sign which states the name and location of other service disconnects. Page 3 of 4 E. Conduits: 1. Identify conduits at each termination and at all transitions from exposed to concealed or underground installation. 2. Mark conduits legibly with a permanent marker pen to indicate conduit per circuit number. F Cables: 1. Identify cables in pull and junction boxes, vaults, manholes and where entering switchgear panelboard assembly. 2. Provide an engraved plastic nameplate or other suitable permanent tag for each cable or cable assembly. Attach with self-locking nylon cable tie. 3. Cable identification shall include circuit number and phase as indicated on drawings. END OF SECTION Page 4 of 4 SECTION T-16123 WIRE AND CABLE PART 1 GENERAL 1.01 SUMMARY: A. Section includes copper wire, cable, associated connectors, and termination hardware used on systems operating at 600 volts or less. 1.02 REFERENCES: A. American Society for Testing and Materials (ASTM) 1. B8 Concentric -Lay -Stranded Copper Conductor, Hard, Medium Hard, Or Soft. B. National Electrical Contractor Association (NECA) 1. Standard of Installation C. National Fire Protection Association (NFPA) 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL) 1. 44 Rubber -Insulated Wires and Cables 2. 83 Thermoplastic -Insulated Wires and Cables 3. 486A Wire Connectors and Soldering Lugs for Use With Copper Conductors 4. 486C Splicing Wire Connectors 5. 510 Polyvinyl Chloride, Polyethylene and Rubber Insulating Tape 6. 1569 Metal -Clad Cables 1.03 SUBMITTALS — FOR APPROVAL: A. Procedures: Submit in accordance with Section 01300 and 16010. B. Product Data: Submit for each type of wire and cable, terminal lugs, connectors, and cable fittings. 1.04 SUBMITTALS — RECORD DATA: A. Procedure: Submit in accordance with Section 01300. B. Product Data: Approved, as furnished data as listed above. 1.05 QUALITY ASSURANCE: Page 1 of 6 A. Furnish wire, cable, associated connectors, and termination hardware bearing UL label. PART 2 PRODUCTS 2.01 BUILDING WIRE: A. Single conductor, soft drawn, annealed copper conductor, Class B stranded except that sizes No. 10 AWG and smaller used for lighting and power branch circuits may be solid. Insulation shall be 600 volt, type THHN/THWN per UL 83 or type XHHW per UL 44. 2.02 TYPE MC CABLE: Metal Clad Cable type MC multi -conductor cabling as manufactured by AFC Cable Systems or equivalent having the following construction features: A. Conductor: Bare, soft annealed copper, Class B stranded per ASTM B-8. B. Insulation: Polypropylene tape assembly with 600 volt, 90°C (dry) type THHN insulation with printed number and color identification. C. Neutral conductor: White — 120v circuits; Gray — 480Y277v circuits D. Grounding conductor: Green insulated copper ground conductor. E. Assembly: Three insulated conductors with grounding conductor, non- hygroscopic fillers and overall binder tape per UL 1569. F. Sheath: High strength, lightweight galvanized interlocking steel strip and color coded on the out side for easy identification. G. U.L rated 1569 2.03 CONNECTORS AND TERMINALS: A. Insulated Crimp Type Connectors and Terminals: Nylon insulated, Burndy INSULINK and INSULUG, or Thomas & Betts Sta-Kon. B. Split Bolts: High -conductivity copper alloy, Burndy SERVIT or Thomas & Betts Split -Bolt. C. Two Bolt Connectors: High -conductivity copper alloy, Burndy OKLIP, Type KVS or Blackburn 2BU. D. Compression Terminals: Copper, long barrel, Burndy HYLUG or Thomas & Betts Color -Keyed. E. Bolted Terminals: Cast copper alloy, Burndy QIKLUG or Thomas & Betts Locktite. Page 2 of 6 F. Spring Wire Connectors: Insulated, twist -on type, Ideal Wire Nut or 3M Scotchlok 2.04 CABLE TERMINATIONS: A. Type MC Cable: Steel set screw connectors 2.05 MISCELLANEOUS COMPONENTS: A. Tape: UL 510 1. Vinyl Plastic: 3M Scotch 33+ or Scotch 88. 2. Varnished Cambric (VC): 3M Irvington 2920. 3. Friction: Black friction tape. B. Pulling Lubricants: Ideal Yellow 77 or Polywater Type J. C. Wire Markers: 1. Individual Wires: Heat shrink, machine printed, Raychem. 2. Multi -Conductor Cables or Groups of Wires as a Cable: Nylon tie on marker, Thomas & Betts Nylon I.D. Ties, Ty -Raps. D. Wire and Cable Ties: Thomas & Betts Ty -Raps. PART 3 EXECUTION 3.01 APPLICATION: A. Wire and Cable: 1. THWN-THHN for power wiring through No. 250 AWG and control wiring in conduit. XHHW for sizes above No. 250 AWG in conduit. 2. TW or THW for equipment grounding conductor. 3. Type MC cable for fixture wipes no longer than 6' and in accordance with NEC Article 334. 4. No. 12 AWG minimum for power circuits and No. 14 AWG minimum for control circuits unless noted otherwise on drawings. B. Splices and Taps: 1. Use insulated spring wire connectors for lighting and receptacle branch circuits No. 10 AWG and smaller. 2. Use solderless pressure connectors for branch circuit conductors No. 8 AWG and larger. 3. Do not make splices or taps in feeder circuits or control circuits. C. Terminals: Page 3 of 6 1. Use copper compression terminals, NEMA 1 hole for sizes No. 4 AWG and smaller, NEMA 2 hole for sizes No. 2 AWG and larger. 2. Use insulated, ring tongue terminals for signal and control conductors. 3.02 INSTALLATION: A. Install wire and cable in accordance with the NECA Standard of Installation. B. Installation in Conduit: 1. Swab conduits completely and thoroughly before pulling in conductors. 2. Pull all conductors into conduit at same time. 3. Use suitable wire pulling lubricant for building wire No. 4 AWG and larger. 4. Do not pull in conductors until conduit system is completed. Do not pull through boxes, fittings or enclosures where a change of conduit alignment or direction occurs. 5. Limit pulling tension to maximum values as recommended by manufacturer. 6. Do not combine circuits into a common conduit other than as indicated on the drawings. C. Direct Burial Cable: 1. Trench and backfill for direct burial cables. Minimum depth of installation shall be 24 inches. 2. Terminate and ground metallic cable sheath with suitable fittings. D. Compression Connectors and Terminals: 1. Install on wire and cable with approved tool and die to recommended compression pressure. Do not cut strands from conductors to fit lugs or terminals. E. Bolted Connectors and Terminals: 1. Torque to manufacturer's recommended foot-pounds for size and class of connector. 2. Where manufacturer's published torquing requirements are not indicated, tighten connectors and terminals to comply with UL 486A torque values. 3. Use galvanized steel bolts, nuts, split -lock washers and flat washers on terminal connections. F. Wiring in Enclosures: 1. Form and tie conductors in panelboards, cabinets, control panels, motor controllers, wireways, and wiring troughs in a neat and orderly manner. 2. Use Thomas & Betts wire and cable ties of appropriate size and type. 3. Limit spacing between ties to not more than 6 inches. Page 4 of 6 G. Taping: 1. Above Ground and Dry Locations: Fill voids and irregularities with half - lapped layers of VC (two minimum) or electrical insulation putty. Insulate with three half -lapped layers of vinyl plastic and one half -layer of friction tape. 2. In damp or wet locations, wrap insulated spring wire connectors with 2 layers of vinyl plastic tape. 3.03 COLOR CODING: A. Power Wiring: Provide color coding for single and multi -conductor power circuits as follows: Voltage OA IB (I)C Neutral 240 volts and below Black Red Blue White 250 — 600 volts Brown Purple Yellow Gray 1. For specified insulation and jackets not manufactured with integral colors, use conductors with black insulation or jacket and color -coding tape. 2. Color code conductors entering boxes, troughs, cabinets, and other enclosures. 3. Color code conductors in wireways, trenches, and other locations where conductors are continuously accessible at intervals not exceeding 5 feet. B. Insulated Equipment Ground: Green. C. Isolated Ground conductor: Green with Yellow tracer. 3.04 WIRING IDENTIFICATION A. Control Circuits: Install a permanent wire label at each termination. Identifying numbers shall match approved schematic and wiring diagrams. B. Feeder and Branch Circuits: Install a permanent wire label at each termination. Identifying numbers shall include source panel designation and circuit number. 3.05 FIELD TESTS: A. Test conductors after installation is complete and prior to connection to equipment. B. Perform insulation resistance test on each conductor phase -to -ground with adjacent conductors grounded and test conductor disconnected from equipment. Applied potential shall be 1000 volts dc for one minute. Minimum acceptable test values shall be 50 megohms. Investigate deviations in test values between adjacent phases. Page 5 of 6 C. Verify tightness of bolted connections with a calibrated torque wrench. Torque values shall be terminal lug manufacturer's recommendations. END OF SECTION Page 6 of 6 SECTION T-16136 RACEWAYS PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Rigid Galvanized Steel Conduit (RGS) 2. PVC -Coated Rigid Steel Conduit (CRGS) 3. Rigid Aluminum Conduit (RAC) 4. Electrical Metallic Tubing (EMT) 5. PVC Conduit (PVC) 6. Flexible Conduit 7. Associated Fittings 8. Wireways 9. Pull and Junction Boxes 1.02 REFERENCES: A. American National Standards Institute (ANSI): 1. C80.1 Rigid Steel Conduit - Zinc Coated 2. 080.3 Electrical Metallic Tubing - Zinc Coated 3. C80.5 Rigid Aluminum Conduit B. National Electrical Manufacturers Association (NEMA): 1. TC 2 Electrical Plastic Tubing (EPT) and Conduit (EPC -40 and EPC -80) 2. TC 3 PVC Fitting for Use with Rigid PVC Conduit and Tubing 3. TC 13 Electrical Nonmetallic Tubing (ENT) 4. TC 14 Filament -Wound Reinforced Thermosetting Resin Conduit and Fittings. C. National Fire Protection Association (NFPA): 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL): 1. 1 Flexible Metal Conduit 2. 5 Surface Metal Raceways and Fittings 3. 5A Nonmetallic Surface Raceways and Fittings 4. 6 Rigid Metal Conduit 5. 360 Liquid -Tight Flexible Steel Conduit 6. 514B Fittings for Conduit and Outlet Boxes 7. 797 Electrical Metallic Tubing 8. 870 Wireways, Auxiliary Gutters, and Associated Fittings 9. 886 Outlet Boxes and Fittings for Use in Hazardous (Classified) Locations 10. 1660 Liquid -Tight Flexible Nonmetallic Conduit Page 1 of 8 1.03 SUBMITTALS — FOR APPROVAL: A. Procedure: Submit in accordance with Section 01300 and 16010. B. Product Data: Submit for each type of conduit, fitting, connector, pull and junction box, and wireway used on the project. 1.04 SUBMITTALS — RECORD DATA: A. Procedure: Submit in accordance with Section 01300. B. Product Data: Approved, as furnished data as listed above. PART2 PRODUCTS 2.01 RIGID GALVANIZED STEEL (RGS): A. Conduit: Conduit including elbows, couplings, and nipples shall be standard weight zinc -coated steel, rigid threaded conduit; shall meet the requirements of ANSI C80.1; and shall be hot -dipped galvanized inside, outside and over threads and lacquered inside. B. Fittings: Conduit fittings and accessories for use with RGS conduit shall be cast malleable iron or ferrous alloy, hot -dipped galvanized or zinc -electro -plated and lacquered. Fittings shall have threaded hubs and gasketed covers. Fittings shall be the product of Crouse -Hinds, Appleton or Gedney or an equal. C. Boxes: Device and outlet boxes for use with RGS conduit shall be cast malleable iron, hot -dipped galvanized or zinc -electro -plated and lacquered. Boxes shall have threaded hubs and gasketed covers. Boxes shall be the product of Crouse -Hinds, Appleton, Gedney or equal. D. Fasteners and Supports: All clamps, straps, framing and supporting materials shall be hot -dipped galvanized steel or malleable iron. Bolts, nuts, screws, washers, etc. shall be stainless steel. Cadmium -plated or zinc -plated fasteners and hardware will not be acceptable. 2.02 POLYVINYL CHLORIDE (PVC - SCHEDULE 40): A. Conduit: Conduit, elbows and couplings shall be Schedule 40 rigid polyvinyl chloride (PVC) conduit per NEMA TC 2 with a 90° UL rating, and shall be the standard product of Krayloy or Carlon or approved equal. B. Fittings: Fittings and accessories for use with Schedule 40 PVC conduit shall conform to NEMA TC 3 and shall be of the same material and manufacturer as the conduit. 2.03 PVC COATED STEEL CONDUIT (CRGS): A. Conduit: Prior to coating, all conduits, elbows, couplings, nipples etc. shall be standard weight rigid, threaded steel and shall be hot dipped galvanized inside and out and over the ends. The conduit shall meet the requirements of ANSI C80.1, UL 6, and NEMA RN -1, 1980. Page 2 of 8 B. Fittings: Prior to coating, fittings shall be cast malleable iron, hot dipped galvanized, Appleton Form 35 or Crouse -Hinds or equivalent with cast cover and neoprene gasket. C. Boxes: Device and outlet boxes for use with PVC coated conduit shall be cast malleable iron, hot dipped galvanized with threaded hubs and gasketed cast covers or device plates. Boxes shall be the product of Appleton or Crouse - Hinds. D. PVC Coating: Conduit, fittings, boxes and accessories shall be Plasti-Bond 2 coated, as produced by Robroy Industries Inc. or an approved equal. Before coating, the galvanized surfaces shall be coated with an epoxy -acrylic primer. Exterior surfaces shall have a 40 mil PVC coating applied by dip method. Interior surfaces of conduits, fittings, boxes, etc. shall have a fusion bonded phenolic coating with a thickness of 4-6 mils. E. Fasteners and Supports: U -bolts, conduit clamps, straps, modular framing channels shall be 1-5/8 1-5/8 minimum section dimensions, Type 304 stainless steel, and shall be the product of Unistrut. Fasteners and attachment hardware shall be Type 304 stainless steel. 2.04 RIGID ALUMINUM CONDUIT: A. Conduit: Conduit, including elbows, couplings and nipples shall be standard weight, threaded, rigid aluminum 6063 alloy, with a copper content not to exceed 0.20%. The conduit shall have a silicon or lacquer coating inside. B. Fittings: Fittings, accessories and device boxes for aluminum conduit systems shall be the standard threaded type as manufactured by Crouse -Hinds, Appleton, or equal. Both fittings and covers shall be aluminum containing less than 0.4 of 1% copper. All screws shall be stainless steel. Covers shall be gasketed. C. Fasteners: All straps and clamps used to support aluminum conduit shall be hot - dipped galvanized steel or malleable iron, with a 40 mil fused PVC coating, Plastibond, Ocal or equivalent. Strut type framing channels shall be either PVC coated galvanized steel or fiberglass. D. Hardware: Nuts, bolts, screws, washers, etc. shall be stainless steel. Galvanized or cadmium -plated hardware will not be acceptable for use with aluminum conduit. 2.05 ELECTRICAL METALLIC TUBING (EMT): A. Conduit: Conduit, including elbows, couplings, and nipples shall be hot dipped galvanized steel inside and out with an organic corrosion resistant coating applied to the inside. B. Fittings and Boxes: Conduit fittings, boxes, and accessories for use with EMT conduit shall be cast malleable iron or ferrous alloy, hot -dipped galvanized or zinc -electro -plated and lacquered. Fittings shall be compression type. Setscrew fittings are not acceptable. Fittings shall be the product of Crouse -Hinds, Appleton, OZ Gedney or an equal. C. Fasteners and Supports: All clamps, straps, framing and supporting materials shall be hot -dipped galvanized steel or malleable iron. Page 3 of 8 2.06 LIQUID -TIGHT FLEXIBLE METAL CONDUIT: A. Flexible Conduit: Flexible conduit shall have a spiraled, flexible, galvanized steel inner core and an outer jacket of neoprene. Sizes 3/8" through 4" shall have a continuous, internal copper ground. Liquid -tight connectors shall be galvanized steel or malleable iron with neoprene sealing gaskets, external ground lugs and insulated throats. Connectors shall be Appleton type STB or Gedney or equal. 2.07 WIREWAYS: A. Sheet Metal: 1. Indoor, dry locations: NEMA 1, sheet steel per UL 870 with hinged cover per NEMA ICS 6. Finish being manufacturer's standard gray enamel. 2. Outdoor and damp locations: NEMA 3R, galvanized sheet steel per UL 870 with hinged cover per NEMA ICS 6. B. Non -Metallic: 1. NEMA 4X, Robroy Industries fiberglass trough with gasketed cover attached with non-metallic fasteners. C. Fittings and Accessories: Include couplings, hubs, elbows, adapters, end caps and other fittings to match and mate with type of wireway furnished as required for a complete system. PART 3 EXECUTION 3.01 APPLICATION: A. General: 1. All field wiring shall be installed in conduit except as otherwise indicated. 2. Minimum conduit size shall be 1/2 -inch nominal diameter. B. Exposed: 1. Conduit installed outdoors exposed shall be rigid galvanized steel. 2. Conduit installed indoors exposed and below 7 feet shall be rigid galvanized steel. Exposed conduit above 7 feet installed indoors may be EMT. C. Underground: 1. Conduit installed underground shall be Schedule 40 PVC. See section 3.02-E for additional requirements. 2. Elbows used for underground conduit stub -ups from below grade shall be PVC coated rigid galvanized steel, non-metallic Schedule 80 PVC, or Rigid Galvanized Steel completely taped with non -corrosive protective tape. D. Concealed: Page 4 of 8 1. Conduit installed concealed above lay -in ceilings and in dry wall construction shall be EMT. E. Flexible Connections: 1. Indoor -dry areas: Flexible metal conduit. 2. Indoor -wet, damp areas: Liquid -tight, flexible metal conduit. 3. Outdoors: Liquid -tight, flexible metal conduit. 3.02 INSTALLATION: A. General: 1. Installation Methods: Conduit shall be installed concealed in walls or above ceiling or underground as indicated on the drawings. 2. Cleaning: All conduit systems shall be completed and shall be swabbed clean before conductors are pulled in. 3. Field cuts: Do not cut conduit with pipe cutters. 4. Bends: Field made bends and offsets shall be made with a hickey or conduit bending machine. Crushed or deformed raceways shall not be installed. The maximum number of 90 bends, or equivalent between pulling points in any conduit run shall be three. Pull and junction fittings and/or boxes shall be provided as necessary to satisfy this requirement. 5. Protection: The ends of all conduit runs shall be closed immediately after installation to prevent the accumulation of water, dirt and other foreign material. 6. Locknuts: Conduits shall be fastened to all sheet metal boxes and cabinets with two locknuts. Locknuts shall have sharp edges for digging into the wall of metal enclosures. Bushings shall be installed on the ends of all conduits and shall be the insulating type. 7. Conduit couplings shall be threaded type for RGS or RA conduit and compression type for EMT conduit. Set -screw couplings are not acceptable. 8. Spare conduits: Spare conduits shall have a pull cord installed. The pull cord shall be plastic with a minimum tensile strength of 200 pounds. Not less that 12 inches of slack shall be left at each end of the pull cord. 9. Supports: Supports shall be provided a minimum of every 10' and within 3' of all enclosures. In addition, conduits shall be rigidly supported between couplings, on either side of bends and at terminations and fittings. 10. Boxes: Boxes shall be provided in the raceway system as indicated on the drawings and also wherever required for pulling of wires or making connections. Unless otherwise shown on the drawings, boxes installed in normally wet locations or on the outside of exterior surfaces shall be NEMA 3R, stainless steel sheet construction. Boxes shall be furnished with hinged and gasketed doors and stainless steel back panels. Each box shall have the volume required by the NEC for the number of Page 5 of 8 conductors enclosed in the box. All boxes shall be securely anchored in place. 11. Flexible Connections: Flexible connections of short length shall be provided for equipment subject to vibration, noise transmission or movement. A separate ground conductor shall be provided across all flexible connections. Flexible conduit connections shall be rigidly and securely supported in an approved manner at intervals not exceeding 24 inches in length and within 12 inches of each conduit termination. Lengths of not more than 36 inches may be installed without such supports where flexibility is required. 12. Identification: Identify conduits in accordance with Section 16075. 13. PVC: PVC conduit joints shall be solvent cement welded and shall be watertight. All PVC conduits shall have a separate grounding conductor installed. Where transition is made to the metallic conduit or enclosures, the grounding conductor shall be bonded to the metal conduit or enclosure. 14. Penetrations through walls, floors, and roof: All penetrations shall be sealed with a UL listed fire sealant equal to Dow Corning #3-6548. B. Exposed Conduit: 1. Routing: Exposed conduit shall be run straight and true to structure lines. Changes in direction of runs shall be made with fittings or symmetrical bends. Conduit in damp locations or outdoors shall be exposed to the air on all sides and shall not be installed tight against walls, ceilings and structural members, etc. Clamp backs and/or offsets shall be used as necessary to maintain uniform clearances. 2. Supports: Acceptable supporting and clamping materials for exposed conduit include one -hole straps and clampback, "U" bolts, parallel or right angle conduit clamps, hot -dipped galvanized structural steel frames or modular stainless steel channel as manufactured by Unistrut or equal. Perforated steel tape, stamped steel one- and two -hole straps shall not be used. Conduits shall be supported in accordance with NEC 346-12. 3. Obstructions: Conduit shall be routed so as not to create any tripping or head banging hazard and so as not to create any obstruction to Owner's operation and maintenance activities. 4. Hubs: Watertight conduit hubs shall be installed where conduits enter the tops or sides of sheet metal or non-metallic enclosures. 5. Drains: Drain fittings shall be installed at low points throughout the conduit system where condensation is likely to occur. C. PVC Coated Conduit: 1. PVC coated conduit requires special care to minimize damage to the PVC coating during cutting, threading, bending and installation. Contractor shall install conduit in accordance with manufacturer's recommended installation procedures. Page 6 of 8 2. Contractor shall be responsible for providing strap wrenches, cutting dies, vises, and other special tools required to install PVC coated conduit. Standard pipe wrenches, chain wrenches or channel locks shall not be used. Conduit bending equipment shall have the proper diameter shoes or dies to allow for the thickness of the PVC coating. 3. PVC coated conduit shall be supported with Type 304 stainless steel clamps, straps, hangers and supports. Attachment hardware shall be Type 316 stainless steel. 4. All PVC coated conduit and fittings that have teeth marks, cuts, nicks or are otherwise damaged shall be repaired by coating damaged area with a liquid PVC touch-up compound. Spray -type compound is not acceptable. 5. Unistrut channel supports and related accessories for use with PVC coated conduit shall be Type 304 stainless steel. D. Aluminum: 1. Aluminum conduit shall not be installed in direct contact with earth, concrete, steel, copper, brass or bronze. Where aluminum conduit comes into contact with dissimilar metals or passes through concrete walls or floors, it shall be wrapped with 2 layers, half -lapped, of corrosion preventative pipe tape, Scotch 50 or equal. 2. Aluminum conduit threads shall have a Penetrox, No -Ox -Id or equal, applied when installed. E. Underground Conduit: 1. Under Landscaping (i.e. sod or grass): a. Underground conduit runs shall be laid in sand and covered with a 4" red concrete cap. The conduit shall be surrounded by a minimum of 3 -inches of virgin sand (top, bottom, and sides). b. Where conduits are routed under paved areas that are accessible to vehicles, the conduit shall be encased in steel reinforced concrete duct bank. See Section 16136-3.02-E-2. c. The top of concrete cap or duct bank shall be a minimum of 24 inches below grade, unless otherwise indicated and must go below conflicts, such as yard piping, if the 24 inches minimum depth cannot be met. Compact trench backfill to original density. 2. Concrete Encasement (Under Driveways and Roads): a. Underground conduit runs shall be encased in red concrete. The minimum thickness of cover shall be 3 inches. b. Where conduits rise above grade, the concrete encasement shall extend to 6 inches above grade. Exposed concrete shall be natural color, not red. Where conduits run through equipment foundations or floor slabs, the concrete encasement shall butt the underside of the slab. Page 7 of 8 c. The top of concrete encasement shall be a minimum of 24 inches below grade, unless otherwise indicated and must go below conflicts, such as yard piping, if the 24 inches minimum depth cannot be met. Compact trench backfill to original density. d. The concrete encasement shall be reinforced with a minimum of four (4) No. 4 steel reinforcing bars. 3. Separation: Minimum separation between the outside edges of adjacent conduits shall be 3 inches. 4. Elbows: All elbows shall be long radius type. 5. Spacers: Conduit spacers shall be installed at 5 feet on centers. 6. Expansion Fittings: Provide expansion fittings in aboveground, vertical portion of each underground conduit stub -up. END OF SECTION Page 8 of 8 SECTION T-16442 LOW VOLTAGE PANELBOARDS PART 1 GENERAL 1.01 SCOPE: A. Furnish and install panelboards as specified herein and as indicated on the drawings. B. Panelboard types included in this Section are: 1. Power distribution panelboards 2. Lighting and appliance panelboards 1.02 REFERENCES: A. National Electrical Contractors Association (NECA) 1. Standard of Installation B. National Electrical Manufacturers Association (NEMA) 1. AB 1 Molded Case Circuit Breakers 2. PB 1 Panelboards 3. PB1.1 General Instructions for Proper Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. C. Underwriters Laboratories Inc. (UL) 1. 50 Cabinets and Boxes 2. 67 Panelboards 1.03 SUBMITTALS - FOR APPROVAL: A. Procedure: Submit in accordance with Section 01300, 16010, and as stated herein. B. Product Data: 1. Descriptive bulletins 2. Enclosure outline drawing with complete dimensions 3. Breaker layout drawing 4. Component list 5. Conduit entry/exit locations 6. Assembly ratings including: a. Short circuit current b. Voltage c. Continuous current 7. Cable terminal sizes. 8. Installation Instructions Page 1 of 7 1.04 SUBMITTALS — RECORD DATA: A. Procedure: Submit in accordance with Section 01300. B. The following information shall be submitted for record purposes: 1. Final (as -built) drawings and information for items listed in Paragraph 1.03 2. Installation, operation and maintenance instruction 3. Spare parts list 1.05 QUALIFICATIONS: A. The manufacturer of the panelboard shall be the manufacturer of the major components within the assembly, including circuit breakers. B. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. 1.06 DELIVERY, STORAGE, AND HANDLING: A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. PART 2 PRODUCTS 2.01 MANUFACTURERS: A. Cutler -Hammer B. Square D C. Siemens 2.02 RATINGS: A. Panelboards rated 240 Vac or less shall have short circuit ratings as indicated on the drawings or as herein scheduled, but not less than 10,000 amperes RMS symmetrical. B. Panelboards rated 480 Vac shall have short circuit ratings as indicated on the drawings or as herein scheduled, but not less than 14,000 amperes RMS symmetrical. C. Panelboards shall be labeled with a UL short circuit rating. All panelboards shall be fully rated. Series ratings shall not be used. 2.03 CONSTRUCTION: A. Interiors shall be completely factory assembled devices. They shall be designed such that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors. Page 2 of 7 B. Trims for lighting and appliance panelboards shall be supplied with a hinged door covering all circuit breaker handles. Doors in panelboard trims shall not uncover any live parts. Doors shall have a semiflush, cylinder lock and catch assembly. Doors over 48 inches in height shall have auxiliary fasteners. C. Distribution panelboard trims shall cover all live parts. Switching device handles shall be accessible. D. Surface trims shall be same height and width as box. Flush trims shall overlap the box by 3/4 inch on all sides. Trims shall be secured to box with concealed clamps. E. A directory card with a clear plastic cover shall be supplied and mounted on the inside of each door in a metal frame. F. All locks shall be keyed alike. 2.04 BUS: A. Main bus bars shall be tin-plated copper, sized in accordance with UL standards to limit temperature rise on any current carrying part to a maximum of 65° C above an ambient of 40° C maximum. B. A bolted ground bus shall be included in all panels. C. Full-size (100% -rated) insulated neutral bars shall be included for panelboards indicated to have a neutral bus. Bus bar taps for panels with single -pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral busing shall have a suitable lug for each outgoing feeder requiring a neutral connection. 200% -rated neutrals shall be supplied for panels designated on drawings with oversized neutral conductors. 2.05 DISTRIBUTION PANELBOARDS: A. Distribution panelboards including circuit breakers contained therein shall have fully rated interrupting ratings as indicated on the drawings. Panelboards shall have bolt -on, molded case circuit breakers as indicated below. B. Molded case circuit breakers shall provide circuit overcurrent protection with inverse time and instantaneous tripping characteristics. Ground fault protection shall be provided where indicated. C. Circuit breakers shall be operated by a toggle -type handle and shall have a quick -make, quick -break, over -center switching mechanism that is mechanically trip -free. Automatic tripping of the breaker shall be clearly indicated by the handle position. Contacts shall be nonwelding silver alloy and arc extinction shall be accomplished by means of arc chutes. A push -to -trip button on the front of the circuit breaker shall provide a local manual means to exercise the trip mechanism. D. Where indicated, circuit breakers shall be current limiting. E. Circuit breakers below 600 -ampere shall have thermal -magnetic trip units and inverse time -current characteristics. Page 3 of 7 F. Circuit breakers 600 -ampere through 1200 -ampere shall be provided with microprocessor -based RMS sensing trip units. 1. Each molded case circuit breaker microprocessor -based tripping system shall consist of three (3) current sensors, a trip unit, and a flux -transfer shunt trip. The trip unit shall use microprocessor -based technology to provide the adjustable time -current protection functions. True RMS sensing circuit protection shall be achieved by analyzing the secondary current signals received from the circuit breaker current sensors and initiating trip signals to the circuit breaker trip actuators when predetermined trip levels and time delay settings are reached. 2. Interchangeable rating plugs shall establish the continuous trip ratings of each circuit breaker. Rating plugs shall be fixed or adjustable as indicated. Rating plugs shall be interlocked so they are not interchangeable between frames, and interlocked such that a breaker cannot be closed and latched with the rating plug removed. 3. The microprocessor -based trip unit shall have thermal memory capabilities to prevent the breaker from being reset following an overload condition until after a preset time delay. 4. When the adjustable instantaneous setting is omitted, the trip unit shall be provided with an instantaneous override. Internal ground fault protection adjustable pick-up ratings shall not exceed 1200 amperes. Provide neutral ground fault current sensor for four -wire loads. 5. Breakers shall have built-in test points for testing the long-time delay, instantaneous, and ground fault functions of the breaker, by means of a 120 -volt operated test set. Provide one test set capable of testing all breakers 600 -ampere and above. 6. System coordination shall be provided by the following microprocessor - based, time -current curve shaping adjustments: Adjustable long-time pick-up Adjustable short -time pick-up and delay, with selective curve shaping Adjustable instantaneous pick-up Adjustable ground fault pick-up and delay, with selective curve shaping. G. Where indicated, provide circuit breakers UL listed for application at 100% of their continuous ampere rating in their intended enclosure. H. Provide shunt trips, bell alarms, and auxiliary switches as indicated on the drawings. Circuit breakers supplying air conditioning branch circuits shall be UL listed as type HACR. 2.06 LIGHTING AND APPLIANCE PANELBOARDS: Page4of7 A. The minimum integrated short circuit rating for branch circuit panelboards shall be indicated on the drawings. B. Bolt -in type, heavy-duty, quick -make, quick -break, single- and multi -pole circuit breakers of the types specified herein, shall be provided for each circuit with toggle handles that indicate when unit has tripped. C. Circuit breakers shall be thermal magnetic type with common type handle for all multiple pole circuit breakers. Circuit breakers shall be minimum 100 -ampere frame and through 100 -ampere trip sizes shall take up the same pole spacing. Circuit breakers shall be UL listed as type SWD for lighting circuits and HACR for air conditioning branch circuits. 1. Circuit breaker handle locks shall be provided for all circuits that supply exit signs, emergency lights, energy management and control system (EMCS) panels and fire alarm panels. 2.07 ENCLOSURE: A. General: Enclosures shall be at least 20 inches wide and made from galvanized steel. Provide minimum gutter space in accordance with the National Electrical Code. Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided. Enclosures shall be provided with blank ends. B. Rating: NEMA type 12 enclosure except where other enclosure requirements are indicated. 2.08 FINISH: A. Surfaces of the trim assembly shall be properly cleaned, primed, and a finish coat of the manufacturers standard paint color shall be applied. 2.09 MISCELLANEOUS DEVICES A. Provide TVSS system integral to distribution panelboards and appliance panelboards where indicated on drawings. Reference section 16671 for specifications on TVSS units. PART 3 EXECUTION 3.01 EXAMINATION: A. Confirm installation space and clearance requirements for panelboards in accordance with NEC requirements. 3.02 INSTALLATION: A. General: Install panelboards as indicated on the drawings and in accordance with manufacturer's published instructions, NEMA PB 1.1, and NECA "Standard of Installation". Page 5 of 7 B. Mounting Heights: Top of trim 6 feet 2 inches above finished floor, except as otherwise indicated. C. Mounting: 1. Plumb and rigid without distortion of box. 2. Mount flush panels uniformly flush with wall finish. D. Circuit Directory: Typed directory indicating final circuit connections. Obtain approval before installing. E. Install filler plates in unused breaker spaces. F. Provisions for Future Circuits at Flush Panelboards: 1. Stub four 1 -inch empty conduits from panel into accessible ceiling space or space designated to be ceiling space in future. 2. Stub four 1 -inch empty conduits into raised floor space or below slab other than slabs on grade. G. Wiring in Panel Gutters: Train conductors neatly in groups, bundle, and wrap with wire ties after completion of load balancing. 3.03 IDENTIFICATION: A. Identify field -installed wiring and components and provide unit nameplate in accordance with Section 16075. B. Provided one (1) 8-1/2"x11" stainless steel nameplate engraved with one -line diagram and year installed. One -line diagram shall include panel voltages, amps, AIC ratings, and feeder sizes. Nameplate shall be mounted to the exterior door of the main distribution panel — LB. 3.04 GROUNDING: A. Connections: Make equipment grounding connections for panelboards as required in Section 16060. B. Provide ground continuity to main electrical ground bus. C. Provide isolated ground bars for panels serving sensitive electronic equipment and as indicated on panel schedules. 3.05 CONNECTIONS: A. Tighten electrical connectors and terminals, including grounding connections, in accordance with manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A. 3.06 FIELD TESTING: A. Inspect for compliance with drawings and specifications. B. Inspect for defects, damaged or missing parts. Page 6 of 7 C. Operate each breaker a minimum of three (3) times to insure proper operation. D. Perform insulation resistance test on complete assembly at 1000 Vdc. Disconnect any solid-state devices prior to testing. Minimum acceptable test results are 100 megohms. 3.07 CLEANING: A. Upon completion of installation, inspect interior and exterior of panelboards. B. Remove paint splatters and other spots, dirt, and debris. C. Touch up scratches and mars of finish to match original finish. D. Clean interior of panelboard. 3.08 FIELD ADJUSTMENTS: A. Balancing Loads: Prior to final acceptance, conduct load -balancing measurements and circuit changes as follows: 1. Perform measurements during period of normal working load as advised by Owner. 2. Advise Engineer of load imbalances exceeding 20% or of loads exceeding 80% of circuit ratings. Reconnect branch circuit loads as directed by Engineer. 3. Perform load -balancing circuit changes outside the normal occupancy/working schedule of the facility. Make special arrangements with Owner to avoid disrupting critical circuits. 4. Recheck loads after circuit changes during normal Toad period. Record load readings before and after changes and submit test records. END OF SECTION Page 7 of 7 P A A8 031dd3ld RI 1 5 is ga 3 0 US Homo. CAIIKOAnt RDAD MO NOWA 5W114 RD rn ci -1 It m �` 4Ium. air ,40,104 410b -i Ai =UQd SNHId )1 IVd LI3)121dd Of ME-bcO L4 A) naa9a o.oa tna r n ' a. o a m O. =33 o a o a CL a. n a a5' 2,^To n 1° a "0k 0.0 5^= n 0 I n o mt 3 p eA ga9 D a2Om m 7z4w r,AN G-. o1 EA a. 23,3, rt rzs V1a Zl 3=▪ rn9 j1ii 0 0N "3 O''1 L wa� Q a wQ z �� 'nom u+ co - n`� o" as c x� . DIN a-ula2 1▪ ,▪ 1 u_ - U —9 'C A 0.,^J C V� :4:3 0. ' no^�S mom 0. 0 lit .a ono al a E C C a O 8nn o a mo K •w io Ao,d oa 0 4 wg r43 WAN o00 :Mr a88gS$$8 A 8 NAU WAN O�lm :Mr OtlmNtl�UY O - O 2444,4"_ ;3; eilig mmomi iu-bob Q00000000 p!r hipa !Nii ad* 3i1 RiA 11 a v !BF a ZND g_ 2 x v UI RG p}w O N A unon O 3mDd LIDS REVISION NO. DATE DV DESCRIPTION REVISION NO DATE 8V DESCRSPPON COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) COVER SHEET CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 615 N. UPPER BROADWAY SUITE 1250 CORPUS ciiRt511. Tx 78677-00.50 1.361.881.3295 F' 361.881.3298 www.dkarch.com DATE. 0310112016 WOO' IpJ kD>110 *MMM 86Z£1788' l9£ :j g6Z£'t'88' [9£ :1 m z 0g00-LLP8L Xl "I1SIZIH3 Sfld21O3 0 m 0-1 0 ■ • )'v'MGVO2I9 d]ddfl 'N S l9 • ■ 0 m 0 O E 13 v v_ m _1 0 3 0 0)jr0 u'T., 17 (-) 3 Ff, m T > IDSP A2 :z w K— cn02 c" zn -ix = o -ID m 9 „C xZC 1.7i XJ c• a A< 03 0m 00 0 -< 3 Z 0 z 3NIdVIN •1Vaf1ionaiS •1InIO w ONI2i33NION3 ZONE IN rn O a �D W Z Qca g u' QQ Nin Director of Engineering Services 0 CD G3SV373e1 ouonejSN00 ddW AIINIOIA )1Hdd daNYVd )add a3)add NOIIVOO1 1Of Olid S H 286 1 1 1 1 O O O O O O O O O O O O O O O TJVDS db'W CLARKWOOD u S HIGH0 CALLICOATTE ROAD SOUTH RD VIOLET RD MCKENZIE RD RAND MORGAN BOCKHOL CLARKWOOD G7 1/3 rn N 77 n 0 JOE MIREUR 0 C 0 EXpp=� 6405, 0 110d SNV1d PA S3 W Iv 9 /s/O/..)d o o o- -o > Q- 0 > (1) > . • 0 - Q- 0 Q- CD Q_ Q- 3 2. o Q p 0_ CD Q_ CD -1 r -H �- * Q Q - - - - : 0 (ID' Q CD Q 0 Q Q r+ O Q r+ — r+ LQ r F Q U) O — CD Q 0 CD CD D� �CD N C0 Q , D D - o t ,1+ --, i) > CD x CD C - Q Q Q Q Q O 0 ? D CD o (r) CD D 0_ (n . 0 u) Q CD— '71(D 0 Q -o CD CD - - (n O Q Q 0 CD C CD D O r -r: Q CD * `+r -i- : U) Q �L0 W D C CD X O Q r+ WCD r-HCD -h Q N CT g- °. �. O 5 (n Q CD _ r+ -F CD — CD Q_ D Q ---5.M 0 N O bO Q CD `< O C E U Q_ D 0 CD CD- Q CD 0 Q 0 0) 34 JOUO0 000 N N N J O1 Cn T m m O O m m m m cmmm � 1 fl U P1>- C m� r -0Z Z Z 0 �z.. z O 4)) TH 000000 N N N N N -PCA N -, O O (1)CU3U)U) U) S D 0 m U) C 0 C m m 13 D z 0 D z m 0 0 z U) 0 m 0) SHADE STRUCTURE FOUNDATION PLAN & DETAILS (ADD D D 0 N 0 D 000 00000 CO J O DDD (,4 N 0Ucncn() z Tr1 DD -I-1-1 J m < x OOCCC D z D' r P1 m 3-a M M Z < P1 1ZZ _1 01- O O m C - Z » -I 0 K - - C Z m Z Z u 0 0 m 0 o -0 D 0 O D z 0 Z 03 > n M z 0 N Z P1 r1 D O Z :1VH111011HOHV Cn PCJN� 000000000 0 0 0 0 0 0 0 0 0 0 0(.0 CO C3) CT! N r r r r r 000000000 0 1 1 1 1 cocoJmUi-1,cAN- co co J 0 0 0 0 0 0 0 0 0 mrnm of U)(J)U)00(nomoo ZZZG�ZO OOOom0(nzr -1-1 (n 'T'KKz2-0 :::::(;)- **OOoOP m Z»�RZZOZ OZ� AZO C �7) z QUO z z-1 O OC O »-D_I -IPr> -IZ Z1 00 n DCS G7 (nom Z Z cn F O-< -O -0 cn 0 0 Z D z Z 0 Z Z DD z�� () 0zm m z 0 0 -I C Z- m Z z 133HS ?J3A00 REVISION NO. DATE # 103POb'd All0 0 0 cri N CO .ON ONIMV 'a 040032 0 BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS -PARKER PARK (BOND 2012) COVER SHEET REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com DATE: 03/04/2016 O 'ON 133HS SINV17f SNOO • V • C) D 0 /• 06.1 _ 9R OMPA ' / •90 )3H P OH• P OH P \ / OH P OH P • 69 7 c • Rj 75 •6) 0 0 7 6 m 2 n z CCO� m U� 0 72 S 7 7 O 70 7, • 0), -1;11.00 • .o ..O 77 -o cO (.7) 76 Z m 6 • R / J \\\\\\'g D\ 7 D 2 O S / 07 11.50 "R m D 0) m '7 • R6 6 7 S - 7R•6S T\ 6 i • 60 62 Z = m O 73 1 m 7 26 6 1 7 6j 9 12.00 • 7 \ `95 76,•y 7r 2 + 7 6— 6 +76 4/) -O • '7 O �9� 66I7S6 c "D9 • • % 1, • • V m m n m D , •6 / — 12.50 Z m 757, - /) _ At •fi' / /r OJ m •/ 69 +,?1300 • 79 / 7 -0 71 7 2 •26 ml Om 7178 D • 76 71.7 75 00 ,• • L 7 6• 0 O) -,I 2: CnJ-'z> oJ c) cn: m Io zS X6 II RSP co 0 • 0 o • " • 0\ \ `D73\ i� • '0"0 O X \• y• co /� •\• D _ ( 70, • 'O 1 s / I I ' • ho Jp+//7 ��O 604 • . �I IX \-- •v I v , V • • V • b V• v D O —Iz 0) , •7 5 7 lb • . v •V • •V V • •y / +'3S+70, � 26 r ;9 • , 67 0 ® : X V 1GJ r � O / V y• \ + Iii / • � • I P 0 'S .0 00 6 \ s ° V • \ / 4 9 • .• • • • V• 4/41 , • 09 / • • • • • N_ 0 • cps 70, zi o OH P OH P 96 OH P OH P OH P • • 11. • • • • • • • • • • • • • • • • • • • • • • • s • • • • • • • ✓ 11 • • • OH P • 0 • • • OH P • • • 13.00 OH P • • • • • • • to> NOIIVAI 10dS 'SIX] 3A1VA LalVM KHONV )fO HW 2=131VM31SVM 13-INI 31VLIO 1Nn0J\H 32=IId 31Od 1H011 1-0 31Od 2EMOd i313W ell31VM 0 3dld 2:131VM CCI 011d0 2391 2Il3MOd OV3H2j3A0 dNl1 All]dald 30N3d 000M ]01\1]A >INI1NIVHO 0 0 3\111 2131VM31SVM 1 1 1 S11WIl 133f`Odd 3132=10N00 1SIX3 IN3L'N AVd 11VHdSV 1SIX3 (1) 0 xi 73 0 73 I- 0 0 73 CO CO 00 0 0 cri PI PI 0 rrl 0 0 0 0 X 1- o CO 00 co 0 3NItVIN •1Vanl3nals •1INO ON12i33NION3 ZONnW REVISION NO. DATE # 103POdd X1110 (31 Oo BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) EX/ST/NG COND/T/ONS PLAN REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com 0 0 zj 0 0 0 AVVV0:476'- _i! 'ON 133HS S.lNdl7NSNOO BM -1 CONTROL BENCH MARKS 8c CONTROL POINT INFORMATION Co 17132114.3 17131865.7 LA NORTHING 1377128.57 1376798.98 1376763.54 1376833.33 EASTING PK NAIL SOUTHEAST CORNER OF POST INLET SOUTHWEST CORNER OF POST INLET MONUMENT DISK DESCRIPTION b 10.86 Co iv ELEVATION OH P OH P 96 OH P OH P OH P • • 11. • • • • • • • • • • • • • • • • • • • • • • • s • • • • • • • ✓ 11 • • • OH P • 0 • • • OH P • • • 13.00 OH P • • • • • • • to> NOIIVAI 10dS 'SIX] 3A1VA LalVM KHONV )fO HW 2=131VM31SVM 13-INI 31VLIO 1Nn0J\H 32=IId 31Od 1H011 1-0 31Od 2EMOd i313W ell31VM 0 3dld 2:131VM CCI 011d0 2391 2Il3MOd OV3H2j3A0 dNl1 All]dald 30N3d 000M ]01\1]A >INI1NIVHO 0 0 3\111 2131VM31SVM 1 1 1 S11WIl 133f`Odd 3132=10N00 1SIX3 IN3L'N AVd 11VHdSV 1SIX3 (1) 0 xi 73 0 73 I- 0 0 73 CO CO 00 0 0 cri PI PI 0 rrl 0 0 0 0 X 1- o CO 00 co 0 3NItVIN •1Vanl3nals •1INO ON12i33NION3 ZONnW REVISION NO. DATE # 103POdd X1110 (31 Oo BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) EX/ST/NG COND/T/ONS PLAN REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com 0 0 zj 0 0 0 AVVV0:476'- _i! 'ON 133HS S.lNdl7NSNOO OVOI INVHVNO 01 -IP 0HP OHP OHP OHP 01 0 10111101 —1� yam' f E E E E E .44 �/cg E E f E �q•**411 ktetai� 4 4 e E 4 r 7 E 4 4 E 4 `rte E 4 f 4 f f ?`.u" E E E ( ' f 4 4 4 4 4 E 4 4 4 4 E * 4 E E E * E E E 4 E E 4 4 4 4 4 4 4 4 4 4 4 4 4 E 4 4 4 E E * E E E t E E E E 4 4 4 4 4 4 4 4 4 4 4 4 4 E E E 4 E * * 4 4 E E 4 4 4 4 4 4 4 4 4 OHP OHP 4 4 4 * E E 4 E + E 4 + 4 4 4 4 4 4 4 4 E E n m m Z Z M A E E E t f 4 4 4 4 t * E E E 4 E t f + 4 E E E 4 E 4 E E E E E E E 4 E E E 4 4 E * E 4 4 E 4 4 4 * E E 4 4 4 E E E E 4 4 4 4 E 4 4 4 4 4 4 4 4 4 4 4 4 4 4 E f 0 0 E E E O E E E f F E f E 4 4 E E 4 4 4 4 J -s E E E 4 4 E E E i• E 4 4 E E 4 4 4 E - E E f E E f f E 4 4 E E t 4 4 4 E 4 4 4 e f t f 4 4 4 4 f E 4 4 4 E 4 E 4 4 4 4 4 4 4 4 4 f 4 4 4 E 4 4 4 4 4 E a] v m E 4 4 + E E 4 4 4 4 4 4 4 4 4 4 4 F E 4 t E 4 4 4 4 4 E E E E 4 4 4 E E E E 4 4 4 A 4 4 4 4 4 f 4 E 4 4 4 E E 4 E E E 4 4 4 4 E 4 4 E E 4 4 4 4 E 4 E E E E f + E 4 4 4 4 E E E E E 4 4 4 4 4 4 4 4 4 E 4 4 4 4 4 4 F 4 4 4 4 E E 4 4 4 4 E 4 4 E E 4 4 E E 4 E 4 4 E m m • 0 101 10 01 E; i_Sr, 00 101 01 01 arc i 01 A 10 04 0 i 0 1 , 30 ` 1 1.' lC. 1 e! 0 10 M1. 1 I 0 ' 1 4111 • / I 7'i 4 4 4 4 4 E E 4 4 4 E 4 t + 4 4 4 E E E f E E E E r m E 4 4- 4 4 4 4 4 4 4 4 E E E 4 4 f 4 t 4 E 4 E E 4 4 4 E r rn ZX mV) oco oo PIr n -0 O -0-r1 A. O D Z 0 m m Or E 4 E E E 4 E E 4 4 4 4 E E 4 E 4 E + 4 4 E 4 4 E 4 4 4 4 4 4 4 4 f E 4 4 4 E 4 E E 4 E f E E E 4- 4 4 4 4 E E 4 4 4 4 4 E E E E E 4 4 * E E t 4 E 4- 4 4 4. 4 4 4 E 4 E 4 E E 4 E 4 4 4 E E E E F 4 E E 4 4 4 4 E E E 4 4 4 4 4 4 4 E 4 4 4 E 4 4 4 4 E 4 E E E 4 f 4 4 E f E E + 4 4 4 E E E E 4 4 4 E 4 4 4 E 4 E E E 4 4 4 4 f 4 4 4 4 4 E 4 E E E 4 4 4 4 E 4 O + 4 4 + E E E 4 4 E t E rn 0 m r Z n Z m r z m z n E E 4 E 0 E 4 E 4 E E E E E E E E E E f 4- 4 4 4 f 4 4 E E E E E t t f E 4- E E E 4 4 4 4 4 E 4 4- 4 4 4 E • `• N 4 eeY • -0-imam 000 z»C 0 CVI mm��n� m Z z o 1 0 0 2 A 0 Nmrnm 0 o 0 0 Z V) t P 4 4 4 t 4 4 + 4 4 E 4 4 4 4 E 4 E E E 4 4 4 4 4 4 4 4 F E 4 E E 4 4 E 4 E 4 4 4 E E f 4 4 4 E E 4 4 E + E E + 4 4 4 4 4 4 4 4 4 4 4 E E E E 4 4 + 4 4 .4 4 4 4 4 4 4 E 4 4 4 4 4 4 4 4 4 E 4 4 E E 4 4 E 4 4 4 4 4 4 4 E e 4 4 4 4 4 4 4 4 4 4 4 E 4 E 4 4 E 4 R E + E E E 4 4 E 4 E 4 11 t4 E E ' 4 4e 4 4 E D f E E / D Z Z r n 4 4 4 4 z z 4 4 n rn E 4 4 = Z 4 4 4 4 0 * f 4 D E E E F m ao 4 4 4 o Z 4 4 Z m E E E V) n Z 4 f n4 4 4 O Z X 4 4 4 E? A-1 E 4 E 4 F 0-,p E 4 4 4 Z 4 4 D 4 4 4 o 4 4 4 Z f 4 4 4 4 4 E 4 4 4 4 E 4 E 4 E 4 4 E + E 4 E 4 4 4 4 + 4 4 E 4 4 4 4 4 4 4 E E E t 4 t E + 4 E / \` f 4 4 4 E E E E E E E E E 4 4 4 E E 4 4 4 4 4 4 4 F 4 4 4 4 4 E E E E E E 4 4 4 E E E 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 E 4- 4 4 4 4 4 4 4 4 4 4 4 4 4 4 E E 4- 4 4 4 4 E E 4 4 E 4 4 4 4 4 4 f 4 4 4 4 E E 4 4 1 E f E 4 4 4 4 4 E 4 E f E E 4 t t E 4 4 f 4 4 E 4 f 4 4 E E .4 4 4 4 f 4 4 E E E E 4 4 4 4 4 4 4 4 4 4 4 4 1 w 4 4 4 4 4 4 4 4 4 E 4 4 4 4 4 4 E 4 E F 4 ( 4 E E E E E E 4 4 4 4 4 4 4 4 4 4 + E 4 4 f E E 4 4 4 4 4 4 E 4 E E E E E Sr:J E E E E E E 4 4 4 E EE E E E E + E E 4 E + E 4 4 4 4 4 E 4 4 4 4 4 4 4 f 4 (- 4 4 4 4 4 4 E E E 4 4 > -0 m V) 000X omWf-I 0 Z) _N UI O V) r D r cn W A V) -n O O Q 00 T0I 0 1 1 A D z D Z n -o 1 W D O Z n OHP OHP OHP CP -3 CP -2 n '0 co m I CONTROL CO 17131694.8 V 04 N - W 17131865.7 �I W -s 0, to (W Z O Al -I S Z 0 W V 0 UI ENCH MARKS & CONTROL POINT INFORMATION 1377128.57 1376798.98 1376763.54 1376833.33 EASTING PK NAIL SOUTHEAST CORNER OF POST INLET SOUTHWEST CORNER OF POST INLET MONUMENT DISK DESCRIPTION VI O O co 0) 7. co W O) N OD ELEVATION WALDRON ROAD x co O 0 10dS 1SIX3 m D 31OHNVW 213M3S 0) 2 31OHNVW a31VM IN2101S NIVIN]N 01 313NON00 1SIX3 1N31,13AVd 11VHdSV 1SIX3 Z X Z 0 (/) 0 (/) -4 - 70 AI0 �n cA o0 w> Az mN �z 0D jm cno 0 O 00 W mm m 0 m r �0 r A V) m r O m • • z o (A+i A . A n 0W n O rn Am Z1 0 0 Z O r -0 Inn Ozr z m o omn vm c (n0 ori 0 N zvn rn A A 0 0 < ?ma CO Z O 0 Z m pX Z (n O z 0 1 An O cz A z op o< nm 4a n 0W A � m D Ao 0m 0 O A � z� Z _n p 4o Am vA 00 (0 0 m 0 £# liv Gov — 1 W N A C n -♦ C M 00-1 zN �m N A r N > z n 0 0) 00 -1<_ o Z -0 -I m D O� nm mm 0 ij 10 m Co -T7 ZZ O << 0 0 Co z> m CJI n N 04 C Cf) << 51, W G mzm A 0 xi V) mW N m -1 0 N Z O -1 P-1 4- N O m m 0 x OHP mn rn 2 0) z rn x OHP x 0 OHP OHP d3MOd OV]HH -14 o m DJ o 3 D o m;,o o o d m => Np2w c J (0 �Dm °I Xr�� Z m co 3 O WO m3 xiD -A 3 I z0 TE� c N 7J a< O m Z CIVIL* STRUCTURAL* MARINE ONI833NION3 ZONE IN rn REVISION NO. DATE BY DESCRIPTION # 103POdd /110 m 0 cn n O co 'ON 9NIMVbf0 010038 m y 44. O 0 COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) DEMOLITION PLAN REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 1 DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com ta ON 133HS Sa1NV.L7ASN00 • • V • GVO I WVHV:JO OHP CO 7C 61 -11 OHP OHP OHP OHP OHP jil . • '''' ' :C.). CIrrirrl<Q 4 4 . ° 44 4 • 1, -v,..-4,-40,,...6,,,:::, 4 44 EE 4 * .4 4 4, '0".:(i, 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4,044 44 4.44444 4444 CTI EEEEEEEE -11 o ,gt) Fri -53 -< sla • • o z R. 4 4 4 4.4 xi 73 4 EZ 44 46 64 46 4 44 44 4 66 4E4 644 44 4 4 46 64 4 64 64 46 4 46 66 4 66 64 64 4 4 6E4 4 4 4 6E4 44 44 4 64 4 44 4 4 66 64 4 4 4 64 4.4 4 4 4 4 64 4 4 4 4 64 4 64 64 64 E 6E6 4 4 4 4 4 4 4 4 4 4 4.4 4 4 4 66 4 4 64 • • 0 0 3 XI 13 CO 4.6 4 6E4 64 4 64 4 • • 4 4 0 4 0 01 ot cri 4 4 4 4 4 66 44 • 64 0 co 0 OD 0 • • :I; mrn-ri; -ricAci co RI . ii/L4/fri, z ; . CO • • • • 64 64 • 64 64 4.6 4.6 4.4 66 4 4 crl 1 73 CD 0 -0 1N3 Pl 4 4 4 4 4 66 4 4 4 64 64 66 o 2L3 0 • t • • ck- • • • • -o • • • IP V • t. OH P • OH P rri OH P OH P • NOI1VAI 10dS 1SIX3 31OHNVW 2:13M3S ) V1INVS 31OHNVIN d31b'M WdOIS SNVId ONIdVOSONV1 33S V32iV G3dVOSONVI d021d 0 0 0 HlVd 31INVdD 03S0&N0030 d0dd SNVld ONIdVOSONV1 33S V3 1V ONI033S d0Id HIVd ONI)fVM 31380N00 d0Id AdOM1V13 313d3N00 d02id t. 313dONOD 1SIX3 1N3W3AVd 11VHdSV 1SIX3 V3ZIV AVld „9/GNV8 MOW ONOO „9 70 OdV08 d30V3H 1 0# .IV GGV — 1 S1111I1 103rOdd nl o o 1 CZ CD • X 71 0 73 0 0 • co I 73 0 Ro : cmo Fs : p Co 0 3NItVIN •ivanl3nals •1INO ON12i33NION3 ZONnW REVISION NO. DATE # 103POe'd X1110 cn 0 III Co 0 BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) SITE PLAN REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com 1\:) k • zJ l'..• 0 0 0 'ON 133HS S.1Nd17NSNOO • • BM -1 CONTROL IE!ENCH MARKS 8c CONTROL POINT INFORMATION 01 17132114.3 17131865.7 01 NORTHING 1377128.57 1376798.98 1376763.54 1376833.33 EASTING PK NAIL SOUTHEAST CORNER OF POST INLET SOUTHWEST CORNER OF POST INLET MONUMENT DISK DESCRIPTION 10.86 ELEVATION • IP V • t. OH P • OH P rri OH P OH P • NOI1VAI 10dS 1SIX3 31OHNVW 2:13M3S ) V1INVS 31OHNVIN d31b'M WdOIS SNVId ONIdVOSONV1 33S V32iV G3dVOSONVI d021d 0 0 0 HlVd 31INVdD 03S0&N0030 d0dd SNVld ONIdVOSONV1 33S V3 1V ONI033S d0Id HIVd ONI)fVM 31380N00 d0Id AdOM1V13 313d3N00 d02id t. 313dONOD 1SIX3 1N3W3AVd 11VHdSV 1SIX3 V3ZIV AVld „9/GNV8 MOW ONOO „9 70 OdV08 d30V3H 1 0# .IV GGV — 1 S1111I1 103rOdd nl o o 1 CZ CD • X 71 0 73 0 0 • co I 73 0 Ro : cmo Fs : p Co 0 3NItVIN •ivanl3nals •1INO ON12i33NION3 ZONnW REVISION NO. DATE # 103POe'd X1110 cn 0 III Co 0 BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) SITE PLAN REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com 1\:) k • zJ l'..• 0 0 0 'ON 133HS S.1Nd17NSNOO • • OH P 7 OH P 90 OH P 70, OH P op OH P OH P OH P OH P 4 4 -1- 7065, 4 OH P CO OH P 70, 4 70, 70, tcc -2)) 71 CO in 4 4 • 0 4 - co b. co b. 0 7 1-77 • 77 4 77 • 4 70, 04 zo Aro F sr 77 4 70, sr 66 7 57,52, 7t E N.) 7 7 w 1— CO sr cn • E 69E 9 76, 5t 0 cn AF 00 76, 78 7D6, 0 70, o 0 CA o • oo • • • E73 E 9\ 1 70, 1 76, Co 70, s. • • 1 1 76. E / E 61> E E E E E E E E E E E E E E E E E E E E E E E E E E E E E CA 00 4 CO CP -3 BM -1 CONTROL BENCH MARKS & CONTROL POINT INFORMATION 17131694.83 17132114.37 17131865.70 17131619.35 NORTHING 1377128.57 1376798.98 1376763.54 1376833.33 EASTING PK NAIL SOUTHEAST CORNER OF POST INLET SOUTHWEST CORNER OF POST INLET MONUMENT DISK DESCRIPTION 10.86 CA 03 ELEVATION O 0 ND 01 \91 CO cri 1 rri r - r°3 cn cn PI z 0 CA -13 r- rri 0 0 cn PI M 0 xi • 5. • z — 1 0 00 -11 5.1 CA Fri CO o Ro 1 1 1 1 1 71 71 CO 0 m 0 an co 00 0 co 0 3NItVIN •ivanl3nals •1INO ON12i33NION3 ZONnW REVISION NO. DATE # 103POdd X1110 cn co rn rn 0 BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) GRAD/NG & JO/NT/NG PLAN REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com Tzi 0 0 z 0 0 'ON 133HS S.lNdl7NSN00 D D OHP OHP OHP OHP op OHP OHP OHP OHP OHP OHP O � H E z o x U) n D r m Dv 1 D D O D m II 1 ° \' DD Z D D D o D i x D ° ✓ I D x i 1 1 D �x 1 O x 1 D D D VD D D D D D D 8 D / / N\_\/ / \ / / \+ \� / + .N-- D \ D \ D 8 \ \N v D D 0 0 0 BM -1 CONTROL BENCH MARKS & CONTROL POINT INFORMATION W N i 17131694.83 17132114.37 17131865.70 17131619.35 NORTHING 1377128.57 1376798.98 1376763.54 1376833.33 EASTING PK NAIL SOUTHEAST CORNER OF POST INLET SOUTHWEST CORNER OF POST INLET MONUMENT DISK DESCRIPTION (xi O 10.86 co 0, co ELEVATION / vV D / D D D D / / / / D D D 3 CO N m CO 1 / D D V v D i. D � D °o V� \ v V D D +\ \ m V 0 111411144, DV P ° + D i ° D vp D D v p V D V D OOH z aimm coN o - m o Z n m -o o D 0 o� Z m O O OC7 O Z D O Z7 0 ITT v D \ D Vv D ° D D D V D DD v 3 D D D D ° D v V v 'SOZi 3NOZ n D V D V v -D D v V / O m 0 ✓ Dv ,0 -wr= m0 0') co O j c Z > O m �-j X Z' K _ (703 a) z()A o - m o D m rn TC CO.0 co CO a< O f T l o a 3 Z \ G) 3NItVIN •1Vanl3nals •1INO ON12i33NION3 ZONnW REVISION NO. DATE # 103POdd X1110 c) 0 c_ O 00 zo m 1 N 0 BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS -PARKER PARK (BOND 2012) STAKING PLAN i REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com 0 0 z 0 zj0 0 0 w O) 'ON 133HS S.lNdl7NSN00 \\ME001 \Main \Munoz Engineering\Projects\CLK\13CLK061 Parker Park\Drawings\Civil\C7.0—SWQMP.dwg Mar 03, 2016 — 2: 52pm ravila 0 0 a> �I' 0 0 ^j 01 N* z—I �� II D m �� v' II Z OD pi _ o m co m 0 r�T1 Z z D up �I O• (Z -"1 II Zz m0 *Co No �O 0 O D r T- 1 z O 00 iC7r— Zc7� -I^* T▪ 1 z 0 = m z M' Z 0 -n cn m - � 0 / r m m (n D 0 (n0M mm �\ -o 2=1 =1 2i V) _X) Z�0 N m D (...y, -< �? �mOm 1 m Z .-. > 0 0 • m z ZD< 0 O • z = m K M m - \ o Z m = _ N m Z 0, v - xi Z 0 N m C (COMP) (WEIGHTED VALUE) C (COMP) 0.43 Tc(Min) 10 Q=CIA (USING RATIONAL EQUATION) I=INTENSITY (IN/HR) 7.72 AREA (ACRES) 2.22 BUILDING GRANITE GRASS CONCRETE TYPE POST—DEVELOPMENT 0.90 1.00 O O O cn 0.90 RUNOFF COEFFICIENT (C) 0.43 1 NO 0 0 N 0 AREA (ACRES) o (0 N 0 W * S30 66T O I I 0 N - n0 U) 0 0 11 11 (kLISN3INI 2JV3A 9) (111SN3INI 21V3). 9Z) 1N3Wd013A3G 1SOd GNV ald N33M13E1 30N32i3.HI4 11VJNIV2I GNV 330Nfl d03 'S21V3A 5Z 5 2103 NO1S34 ) 3N3f103213 W2101S D SNOIIV1fD1VO I1OVNIVKa C (COMP) (WEIGHTED VALUE) C (COMP) 0.43 Tc(Min) 10 Q=CIA (USING RATIONAL EQUATION) I=INTENSITY (IN/HR) 7.72 AREA (ACRES) 2.22 I GRASS CONCRETE 4 m PRE—DEVELOPMENT 0 O 0.90 RUNOFF COEFFICIENT (C) 0 N 0.20 AREA (ACRES) NO N N O C (COMP) 0.43 Tc(Min) 10 Q=CIA (USING RATIONAL EQUATION) I=INTENSITY (IN/HR) 7.72 AREA (ACRES) 2.22 I Qs PRE (CFS) 3.37 I C (COMP) 0.22 Tc(Min) 10 Q=CIA (USING RATIONAL EQUATION) I=INTENSITY (IN/HR) 7.72 AREA (ACRES) 2.22 O U) 0 -n w rn '311S 3H1 NO S3Nf1O 1V01112i0 210 'SONV1 0302 01811S SVX31 JO 'S321OV ZZ'Z S1Vflb3 V321V 103f021d 3O 30V3210V 1V101 30NVdflSN1 00013 m D 0 O C Z 4 D Z m 1 O C- O 0 CA rn 0 m 0 C 00 m N m 3H1 11V ISV3H1flOS ONIMO1J H01I0 30VNIV2I0 NOI.LVOI2idl NV HOfl021H1 ONV 30V321flS 3H1 NO SNIV214 '3Sf1 <<NOI1V3210321 10V1N00„ SV 3214VIN VNflOV1 3H1 43ZI210031V0 0 N (n - n rn 0 N O C) � D n 0 C m 7 O M N C7 D m m m 1 0 M o W 0 > 0 � O 0 r r C 0 Z 0 O z O Z 11 m (1) D Z D m HS S110111 103f 02id NOIlO32iI4 MOli )VMN11VM 313210N00 d021d )11VM341S 31MON00 d021d 31INV210 43S0d010030 d021d V321V SSV219 d021d —16 103f02id )NV 21OJ SNVId NOI10f1211SN00 H11M 03111018f1S 38 11IM NV1d NOI1N3A32Id NOIlT10d 2131VM 012101S V C/) 0 D Fri 0 11 z 0 7,1 C-) P1 z U) NOIIO1eila 0 0 Cr P1 I1 z 0 O D O z 0 -n D D DNIIVw •1Vaf110la1S •1IAIO ON12i33NION3 ZONf11N REVISION NO. DATE c) 0 c) m cn m C) 0 izp COh 0 800 133HS 0 BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS -PARKER PARK (BOND 2012) STORM WATER QUALITY MANAGEMENT PLAN REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com ,, 0 O / Il z 0 CD LA < :T,/ r.) :sof �.p0 z2 o a�'r 1'1 c N o _ A Zj0 0 0 CA 0) 'ON 133HS S,1NV1711SNO0 NOI1Ofl i1SNO0 z n X 'IOd1NMO 1N3II103S AdVd0d1131 3AVH V3dV NOI1Ond1SN00 3Hl NIHIIM SI31NI 31V0 ONV lSOd '8dn3 TV (1) D r r -u 0 z �r- 1 4 p 4 4 pd dp d 1 ("\ 0 m ^^z 131NI JO 1101108 14' MIN. z z O '31d8VJ 2I311I3 HION31 3H1 SnOnNIINO3 SOV8 ONVS Ul 0 z T 2 2 o 2-< 2 2 m 2 5ZOZoa)z4Z r= (DOV) 0 73 D m ZCmC• 0 CP N -1m- 2 0 O cno-4o 2z -1 2 Z z D m m *XOX cnD z=n= 2m 4 O 2 - oD- mZ V)OC 0 Z W z D O C1 O Z mcg±z 0m = NDmc7 20 n c0M0 mm -1 m 0 D N OZ z z -1 co -Nio�N -4D X O m 0 = cnrrr -0o N z*ao� N * r Om = 2 r D D M r Z > CO Z0 10 o1? NI Mmorr° SP1 PI W- oWw M N 2 Cr) mmm- o o co • mz•m z 0 - D V) 2 -0 0 m z O o z C1 0 33 M m ✓ m 2 D Z o 0 4'. z0 C - co m 0 03103d10 sv 3H1 NO 031V310NI SV ION 1n8 'SNV1d NOIl3naSN00 03ZI-1IB9/1S 1IX3/30N`d2l1N3 z 0 V! D P1 HT1 I I 0 - 0 o -o -o. rf 5 O Q) a(D CD a n a) 3 •-r yr - OH P OH P OH P OH P OH P x i • w • _ • X i Y • • • Y JY , • •Y ` • Y • • • • t • Y ii/111/4 • • / 0) 0 0 O d11V1 ONVH ONV 111J>10V8 HIOIM 'NI11 ,2 (D 0 N m 0 O OC M C) N 0 mm 0 _1 O O rn O Z O z4 O -o m 0' cn (.1) 5 P Z 0 -1 �(7 D z 0 D 0 Z � m mm z D 0 �m 0 O m Z7 D 2 N m 0 m 2 0 2 0 4- -n rn rn 2 rn 0 r 0 w N N m 0 0 MO1J 'XVII V d31113 NM „ 8l SISOd 038113 0 fl (1) �zm c -gym o m 0 0 O P1 D -IO ✓ 0 P1 O Z m 0 O0 rn m r?p5D N ZC 2 o c m 2 p O Z - 1 O D N mlm0 O 0 D -I CO N 0 0 m< O -7 cf)� 73 00zm O TI Z7 po PI 2 3Id8Vd d311Id c () > 0 V J m P1 0 z 6 m 0 z z� w 0 P1 z P1 U) D m z U) AelVei0c11A131 1N3WIG3S 4 O� , O-P. -1 N-0 r O - 0 O O xi O (/) 0 O Z 23 N 0 PI ✓ 0 23 ONISn SISOd ON3 NO 3Id8V3 ONV 'W'M'M 3HI HOVIIV 0 -1 0) D Z t/) z 0D CO 0 0 D 2 0 0 m ✓ 0 01 • s 23 m m 03 0 0 JO ON13VdS 'XVII V 1V 0d03 Cf) 0 z• 0 0 %n x- O • • ,- 33 33 0 0 0 0 0 N-4 r r m D z 23 0 (1) N 2 m m r 0 23 O O 0 2 O D C7 m 0 rn 0) 38 11VHS SISOd 000M1JOS J 3NIHVIN •1Vanl3nals •1INO -0V)-0 000 -o 0▪ P Moo N -I 0 0 r m PIm m 2 ON12i33NION3 ZONnW REVISION NO. DATE # 103POdd X1110 J 00 �ci) rrim ccco G7 BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS -PARKER PARK (BOND 2012) STORM WATER POLLUTION PREVENTION PLAN REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com i"I 0 0 w pas 'ON 133HS S.lNdl7NSNOO 8„ \I SIN :31VOS JEKNO0 VI:1V NIVIN110E ONI>1NIK SIN :31vOS cn Co G) D m 4 o m Cn CO 0 0 m z Z G)�Z 2 —IO rn (n 2 Z D o 1 O cn mZ D oc�* -<-IO n rn CO D o L D p N m P 0 cz 0o m r N 0 O D m� zx -n 0 G7 z m 0 N Z :310N 1flO MYS IN31^133dOJNI3d >id NId1Nf10_d ONI>INI2J0 PER PLAN 0 < Z m m 0z Z "D/4" ONIAVd 313dON00 CIA 2" 1 1/4" -0 COQ 0 Xco r p . m- • O D o 00 C7 Cn mO� m nm • - ki z C (/) P 0 D z 0 D ((��-), 1 m m z CA \ C3) Cri 3aV O8fS a310VdY O3 cn 0 0 m O ; O X 0 -0 0 5" 'HSl13 38 11VHS ONIOV3df1S 1N3111S3d aNv adfl3 —C 3" CLR IN31133803Nl]d >12:10M1` 1J 5" m 031VNI0d000 z = pzo 0 0 0 0 C D C C O N co 1-11 I U CO 0 (n z C —1X C D 0 D O p 0 m 73 1NO3 Sdb'8 f PER PLAN m D 0 N 12" D z O 01 1SIX3 1fl3d3aNfl 5" 1N31^1302:103Nl3d >idOM1`d13 IN10f NOISNVdX3 „i7/2 1VOIdAI _ 0 m zo zJ P1 cn NO U) O ,_(/) CO .Z) DW CC) > z G) D0 n � m rn m � r m D Z7 0 O rZz XJD M • G7 D ✓ - � N 'm m CO O xi N m O m C7 m TYPICAL CROSS SLOPE SLOPE 2% SIDEWALK WIDTH VARIES 6" AM X 12" SEE PLANS 12" 12" 6" MAX MAX MAX MAX M mrn� ZoX� 3 C7 O –1 Z — N N Z O p o mp zc O-1N� Z'-wc - 000 = o �) Piz 1,0 o O • m r X S13MOa H1001NS 1# P c�;4-P.3 T1� R® O 0 W p C O X 10 D Z :1> 000� Z (n X Wo: � 7107 D =::0 0 4- O � * D N N M IP 18" MIN " G7 C7 m zo P1-0 m -0 0 cnm N 0 O O O 0 \ ,\ -o z D –1 0 m 0 (n CO D 0 P1 Om v Dm ccf) co 0 C) N m _ z .. Vi' rn m o -1 Xr� Z A_ o .P CS) m 4, rn 4, A CO H 0 v 0 mD _ z P cf) C N N < m Z 0 DNII`dw •1daf11OlatS •LINO 3NO 3A331S O CO N 0 D GI 0 –I r 4 c-) 0 O co 0 m 0 co 30 0 0 m Cr) JNP:133NION3 ZONf11N REVISION NO. DATE C) 0 m c� m Cr C") 00 m C) 0 izp BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS -PARKER PARK (BOND 2012) MISCELLANEOUS DETAILS & NOTES REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com scs 'ON 133HS S,1N1711 SNO0 900188HS 1IAIO 33S :8N11NIbHa 41 1/4" TO SPOUT OUTLET 0 TO SPOUT OUTLET SONIMV CI 'd'8'W 883 :BNI-1 1klddl3 T1 U) p 73 73 2 c omm� m o� Omm • Z p �J-I-0p G) m mm � Z C .Z�7 m c c 1-0/9) 88S :N011O3S a8N8>1O1 SONIMVHO 11/ 10 88S :ONIAVd 818HONOO zm� m > r J Om z zo= O 2 0 70 O 0) co me 0-'-o mzm m prn-1 m X W 0 7 �'= m z vsasv) %96 :8a`dHJ8f13 a81O`dd1/10O SOBdS 88S :OIH8V8 3111(8103e 4"/ D m Oo - a)-0 ) I0 2 0 m z C�m0 m�z D� �73nr pzC0 W2 —0WC1 m-2 cn0 WDCDO Wmc m rcCn ocP -0x ;j K 7)<> = 0 p z mD p omz m p= 00 r cn z moa <�9 H m cn 2=_., Z m0) G)*O O 7j °m Hm -o p 0 88S :JJVOGH3CIb'8H 1-1,13/9 )33S :NIV1Nf1O8 ONI1INIHa S` 3H`d ONI1NV1d 8aVHO aEHSINIB 0 Os )ped 40 'SONIMVHG 1VHfl±OfH13 88S :01\11100d 01 CO E‘12 11 11 1'-8" 16" 12" 4'-10 3/4" BOX 36" DRAIN LINE 'SNOI±VGN8WWOO8H SHdW 213d NI`d1Nf1O8 01 1O8NNO0 :18Of1b8 818 SOBdS 88S :OIH8V8 81I1X81O30 11 A; 11 0) m m 0 z -o H c H O z Co 0 7J D p Z G'Dr2 z DWG) � 000m N m o 0 0 0 m o ZZ > > _ E * N C 0) 01 0) m m r m m D— z --ZJDD LILD2 om m655D z Dcn 0) mz2Dzm cn= 22yy(70=z cno Dmzomzm H mG) r0-mi-1�� 0 > K D m m m< D 1-D mnx>1zzoo zm �Jzrn2Z20N zmT1mj020G " �Cp H c"z -rmI-70 r9 73 › m= j; z Om<00 o *cn =Zzm0-00 p - - - ZOci2m z p =z o >z m73 z zm G) p m m < ni z O �? 0) w x m w 0 o _ e r m m r-, '900 188HS 11/10 88S :8NI1N1`dHa ` 3HV 8dVOSGNV1 c) Trio/1 6u!Tood T116i1 e od -0 o �0 z C cn V n Q W n Q P CO oGj 17) :P W Q Q1 cn X W )= 4 7\/\0188 88S `8HVMGHVH GN`d 1108 SS 2/1- :1108 30VIHHVO 'MO138 88S `H881Nl1 OI1S` ld 4810,1082 tX17 :H81008RH8a` 3H —z c0 mm 0 D m m 0 0 0 0z H 0 0 0) 0 0 0 m c H H z 20 p z 0 Cnp^,Cnw =,-o G)„pO w0 0 z- m z D w > p n rn z 0 Xx <C)H iv 73 z 0 0-H �0 _I -ID -< �n b7) 0- m r 7:10z m2 z0 <�-O cnm m M71 I D m 2 2 r H D0F70 r0 m O� H�m >m Kn K (3 cZ r 0 -0 < C C m 7:1D m m m 0 F r > CO > 0 < > > z n W -m 0 mWZm-I D 73 zz�m cns -0OW 2 o >0 0 cn > co 0 o 70 0 C r Z p< > �rmcn !mz O D — 0 p rm>m cn Zm 0 () 1 8GVHD HSI -o z 0) 1VOIH1O818 88S :X08 -rind EXTENSION SIGN: 1/4" CUSTOM HIGH PRESSURE LAMINATE E 'MO138 88S `H881Nl1 OI1S` ld a81OJ1O8H 17X17 :H8100d/H3CI 3H MO138 NOIlVA818 88S :LAOIS cpm mr nI- 0 0 00 m0 O (f) m H - � -Zj �O �m rm m D -1i> rm enm O� >m 0 m �.z H y m ”' z z m G) 1� 1III .I1 1 11 11 11 -III- I '' 11=111E 8Hl1 iv 8GV D HSINId 0) m m 'MO138 NOIlVA818 88S :1SOd O m D mf 0mONw x �DwD > z 00 D m0Or�Z > m 0 = 1n� m 0K0701? -pncn Z m 0�>cn cm�OD =nD°o > 0 _12mmcc 1-2u)00 xm m > cnp� �,< iJ zncci)0 MU)c21 m p* rn> 73 mHm2 > o=m coco mZ �r �m cn CO o, w 0 'NH811Vd JN11108 208 CARRIAGE BOLT: 1/2" SS BOLT AND HARDWARE, SEE BELOW SIGN TO POST WITH CARRIAGE BOLTS. SEE BELOW. EXTENSION SIGN: CUT SLOT CENTERED IN POST. FASTEN REVISION NO. BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS -PARKER PARK (BOND 2012) CONSTRUCTION DETAILS REVISION NO. DATE BY s s CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.c1karch.com Cr O 'ON 133HS SLLNd11fSN00 5:-4 wR0) co el g�cn: °<c.0 moa -Iry 071 co < ID 7 c o 'D 7 o co 'Do(cDD =c0 m °i m vO 0 O D .,,,, . QI fJ CD n n CoL'n C < o 5=C ; 0 R-m ° ==M a Fr< •_I - v v am @C m Z 8 -00- 0 - O L) o E•in < cD 3 2 051= ° o X r> m con ° feD m 5 C) = o CSD ca- -71 ° 73 ra o.<cn =m *rnK *o °D m oD. a 23 o.. a 0 ^ C v \, y `.O D w ';rte �_ ., cv c0 0- 0 m ° 0 oN ED c o cn -, o •a D m Z> ° ° D cn ° ° .--« ° ° _ _. m W m - Z3 -a -I d� cn 0 a-o 74 ..74 O �_ S n 0 C) v m ° a) �< O� C Z ca m W �• Z .� Q) (Z (n ° ° cn CCD CD vo< D '" mo mN mom, ° Nr C n Q C m 0- 4. 3- = nom} 3 > > r- CD 0) ° ° Z a) v_ 0 CD• (D m N t 0 0 _i m �xJ Z m t a1�y'_ •I,'', 8� . qtr . • `oo ii " �; OM1 ^} W ` A __ �� �r ) i3 1i1, - o r . � co r A � (2�)A A C _ ® 1• p `.' ♦� c. ..r. °^am. ♦ � ,n f i l7 co ,,)=i, w.. N co t,�,• . - Cj co co o c�, A N w •. ? D O O (n fn so K `G �n a) a a O CD N m N D � 4'- co A �� A = w ��.02 - O n- o Q M y N w° � �' 7474-74: ° N O • n N • O < < m _. 5 / ► G - CO o w /• 0 I 8 _' N fl) O 41 n 0 .0 ° CD `< 3 ' -O C) 7 O N °" fD cn cn CD N 3• n W Y -tea (DM 0- CD r. K <o N v G G cD CD PJ r,$ N �_ m 1i1. O fV o = o A i 5 O ➢ / G � '� C) i w N a O0 5' `Z Q ca �N " f _ .) W A a Or- w G 'D fl) O v O = 3 a- 74 a ° O M a CA 0 W _ W 5 C CO �Y 1 co a .t w N _• A () A r j () 7474° 74_ Cu Co-0 o QDCO CD * n n O o CD cl Z 0 N �r:• - ,, C 1 O/r • N cD N r to CO 7 is (D ED CaED 0 TD _Coms - _ �O O , ahrlik 1 w O • 0 m D) 3 3 N co -n O 7 O O Com) a s Q N ci irr�rr;i1/c/l/Himmm t- () �• co (lrn W A 4/ N 1 ' o r. OCD K— v v vi Q ° 5 co x, cn ,. (, R-4 _co ° 74 ° O U /► O A —s 13 O O O< o DT X •/ CS O O �,� N a (D .ii: O /• w w 4.' d) w 0 0) A` � A ,' -Q -C7 X C.111 1 • O O /•' u / W ' • Ja I C Q S 1l Cb StZti, .-• Oa s Q ° = C2 N CA ° o O � m m ° a 5' D a n 0-m X x �� ♦ / -- i V-0 74CD ° o 7J °° a< .. m r zAde 2 n O N a� r _s • i w �� C) • c o.OLe) co m v a N a v y o �sn ' © �� . = m r-1 v? rY a y 7 D ° 6)n z - '74 cQ D- es) '�. I a° �o r.�rn-� r.3n o:°v°� o CD o o o m a -•o o D 5- m 0 -o m 5 v c cn v o 3 -a a . a (D N (D n 7 Cn 7 O C) O Q 4 W a' • 4 • �� �� J �i r. < D- �v (� • . • y� o o .gym ,„ s = a 07 3 c - ED m r0n 0 E CD "' = = 3 3a" ..• n ♦ ••l Alk • ♦ • , °• Cr. CO ED a co SD 'na < i•-t; .+ O 74 + . N O - v° o -,°° coo ov.o' C3" v o v m° a ° 3 -• o c74 fll 7 w �< to c -, a Q Q n a O c a1 74 + P N N N CO •- � • 10 13. POP-UP LOCATION: Id irrigation lines installed under paving areas and that Distance of pop-up sprinkler from paving or headerboard is equal to rise ck. Install (with ends clearly marked above grade) at of paving areas or field bases. Sleeving to extend 12" 14. SCHEDULING: adjacent subgrade. No unsleeved piping, angle bends, Prior to the end of the maintenance period, schedule the controller for re nder paving. multiple programming. Provide at least three start times for turf and two 5 minutes in length for any one station. Turf and shrubs shall be on sep. shall be separated into two programs, one for sun valves, one for partial aide and install an additional 5 sprinkler heads of each changes. These heads shall be located as directed by 15. FLUSH (E) MAIN: ad additional heads at the end of the maintenance Upon completion of connection to (E) main, allowing for solvent setup, fli main by flushing nearest quick coupler downstream of P.O.C. on existinc 16. FLOW SENSOR MASTER VALVE: receive irrigation. Determine nozzle pattern (1/2 Connect flow sensor and master valve to controller with 14 gauge wire p used on field conditions. Adjust all nozzles in field for instructions. Install in dedicated 1" diameter PVC conduit. nto walks, paved areas, building, etc. SII above -grade conduit, either 24v. or 110v., shall be to controller. 1 12" pop-up sprinklers in the remaining planting areas, s 8' wide and less shall have 6" pop -ups. • • ©Iti• III .I�ty • ♦ • - f / • • ` I 61 41, • s/ • • • dr • 411S1- I p f ' ] a. 1 p x A / / 1-740 ta P 2 "Gc:F.' x \ `5 X p O 1 Si aa X �W is us ' p _ 'N X X X o § •dHO OHP OHP dH0 dH0 rt OHP OHP OHP _ /3� 3 VT, °j a a^>, a- Ja T c�•c 3 5' ° - \Ti c 5- O O 0 l° J Y cn , c 0 0 o =. 0) a O CO ° iv cn c- x a- a- w o =ti Q O r1 ° m X• (0 v EFERENCE NOTES 0-8 GPM PVC 3/4" 8.1-13 GPM PVC 1" 13.1-22 GPM PVC 1-1/4" 3/4" is minimum pipe size. For rotor pipe sizing, see Plans - do not use this chart. Zone / Partial Zone Flow PIPE SIZING CHART - SCHEDULE 40 SPRAY HEADS / BUBBLERS LATERALS DRIP IRRIGATION SUPPLY LINES NETAFIM SUPPLY / EXHAUST HEADER < v v BOJ - /O� 0 0 o L t/ C < m CO cn CO CO CO 7 N 0. fA 74 COn m cin N . O �' Q• j• a• 0' O n °-, °°° _ ° O —n K �\ t/ CO 0) 0' CD �} W z _T. �• W o a) , X1 0. •= a e * * (D ° ° ° v a) ' , 1 - 1 - 1 1 - - - ' co ❑ O W O 2J X c c �• 0. 7 O D a. a. � Cr'I a s D n 2 0 LEGEND o o CO ° r •- s w O = m a ° g• Z W. N' ° o_ m v'< Ul a a ° o mOov a C.) r2 -5 (n m -i 0 m m m a -D N cn N -' O- u, o o * o x x c l' 20-s o- -- O � -74s O - r it 00 , 00 (n � coW� o (^ CO c0 o m. n o o a o� N -n (T.,--, C� CD CD a ;? r-D K v iy v (-6 O 5• m o r 5• 5 c/� c m 70 ID m 0- :Q 7 x ry o X E v 5 a o m co co Q 5 N o cn N f)- 7= co c0 rn 0 2 (D (tit W o K e2 SD 3' (D m„� C7 A O �WWow z (n Q aaa� o b 0 Q Q m k) (� Q 0 * �� ww=.� d a oNcox W D �X N N _1 z CD CD (D K o X x a- O O D 0 O O O oo ° o o O �� • . a' <00 m o z —{ co a o-, m ° ° r °c c m �1 3 Cho O O 3 C) 0 s _„ 0 0 0 - (D (D 7 -s ° r 0 N (n �t o o O _ 3 3 m o N ° r2 `< (aD CD O 3 (7 .• O o N N N '� NI c m (7 cn0 K 7 -0 E 1:3 c Q0 (D m n o 0 v a� C K 'CC 'Z ° <0 <0 CD a 0 0 G < 0 (D ° O 00 a) w < 7 0 O 7 ° a a -n CD 7 g ° cn CD 74 Z COED ED 0 Cn N o 0 cn C°CU CO CSD w o cn S O N c 6 W N 0 O v 7 a -0 o 5' o CA - o m r COW v o o.) so cm 3 w Q p Q w '* $ tx ‘\�, m / x N< N N N O aD N 4). C7 a NDT � w 2 r j * Co. -� 10 n) (D CD 3 -a N CD 1 �r 3 , 11 At. N fl) m ET O a 6 cD '-. CO CD -..6., csi 0 N O O r U)co ° I REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK:';F (BOND 2012) C CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 &associates F: 361.884.3298 www.clkarch.com y.s .. . f'V n, +0 r, r�__ % ' ►�°, t 'pis Im- �•-•' DAT �. /04/2016 ref +, �.' CONSULTANTS SHEET NO. L-6.0 RD DRAWING NO. P-208 IRRIGATIONarchitects PLAN - ui'r vnr a ,y lir ye/ We < �r te lit f s � it 11 kk, : c.;%.* .. r w ul 0 r, . ti''lr ¢h `r N • ae 0 ,--� 11 nD cD Det....... �i'i;. ' ,air 4� y y dli Itl� �l\` :ie. ail at 1 J� 1� �,"r II CO ria , I n�•l� J• i �� lig;Cf ) Y n t�i .. .. Xit. - - - V I C O ,1,...), q� Ai; li � 1 '`If`I Z o • • t- ® _• 1`1 0 Il1111 AO ale- ruh K 1 ) lit •'"i ‘ 44 IFV/fr • ij:t c 14 . .Y . • ° •yh? I • \ k o b i :�a ti d :::::\ v.vvv N. � a� 11fr- 1♦ 4'iE... W N l co %4• �•) � P i IJ • • .......... L . \il+;.::\ \ .\ ♦\\\\\t\\\\\\ \\\\\\ .. \ '1 ...............110 :;:..."::::::::::\ \err ;;.._:::::::::....._\ \• \\vvv.......v.vvv..v.vv..v... v�: ,\\,„”\\\\\\t\,♦t\\\\ \,,.,\\♦\,\t\ ,,\ , ; - �,am h � = O CO '(0 a) P P N N, Z - ODXDZm0cD9 GD g Eq o r r m Z- Z C Z c D] p W zmD70m co Drny ==O W r< oc�aor D.DOXDmmoOm REMOTE � y 71 cn Q) .- T cncna72w N-` z>mcW�Jzm �� - N 0 s u) __ (D FrXni ccnrnOmy=ccnC) �5o=��ON1=� ir �� +'��� �. CONTF rn T D —� Z:51. ierproof Splice As mcnnrrm-lw-c m� G7� n Box Installation �c�iJm�Zmc�Z�z �2G7D 0 m r N _ -1 22_ Io m T �mZmZ i II II DD�� WCpD� O=ff -IrD70<XHm�<� 12" s N < < mCJ p< r D rnnOm?zcncn r {D nA co H zmrmAr> J m0 O<=-01c zrn17 m ' K Z \ m > DO W m x-1 m> _im ED D nim �� n =O co DXX ril x71 C� OD cn �Wz z I mm�{OZ>ozOpm� I, * X11 ��<ZOWcnm0r0 AmNc�_<G�G)y)0� �J 1OZ�Dm z�cnc OOpno 111$_, ' ♦ :���� 0 CO -Qo n cAnm O m23 r n� -A-1m ZT �O 0 z mN cn----- O 7) 0 w rGm y n �- m _H-1� D N K_ - co �� Z m0 C -lc �c Cr nN 0 0 WDZm�< XZWA>m m m 03 �� n�'TJCC Z om porn m m W �3 m cmn�cznOm� �O�m _1 -0 00 2: om�cZ I'1 z° o0=Oo-1 �� m O r _10 o > 7 r m r2:�� rrJmz-10 mr0W Z 0 0 cn= 73 z 0 m = n a 0D -1-1m,' Z ' m Z DIIIL oy.—OH ( 0 Z mo00 r0 Z Or�=��z 0m m ��O< 0 z H m D _ =i 1 O 7J 0 "� romDrcn aoWz> mo=mmm momm D,irnO-<� G70m0 zD c D �_ m 0 > O < rTJ m COUPLE( A Z Z O - D 0 r m _ cn �i C r 7J 6 Z X -:1550 00c)m�0 AOmZ mc�73p70 0' )>W xi-IDDm0 m 0 W0 v XX -Di m co CO O x V-0 cn?‹ cn _� ET BOXES PARALLEL GRADE IN TURF AREAS. BOXES AD WAY. ASSEMBLY FOR EASY ACCESS. CH CORNER. RE ADDED FOR BRICK PLACEMENT. .MATION OF VALVE BOX SIDES. O > _ D0 c E O r r m D r M CO O X O O SAME DEPTH AS IRRIGATION SUPPLY LINE C A w N, z maoOcncJ� O xi , CO CO IR-2 M cot v CD -00 0 coCD< mD viI > m< a �� QorZm0!n mZ m co rD c o in M 0�1, D mW v� Z Z 0 m m<omAc �O z r Z m Z 0 cn �:E Z—I ��• Dco �� _ - co �nel H a m m�Fm0 § o m (-- --1 �aoORJC mO v \ p --a 0 ea p IFil 12"MIN. p mmmczowm oo �_ —11 I- =I11= 2- C zi-irE< om �® =III—II Z C Ca E co Z Z I 1=1 1=1 =1 111 I i—up-111=111=W m r o _ I m w 111—= � III-111-111=1114 o o z m<•• 1%L ; ,,III 1 IIIIIII 1I—II I= ■ 11111 111 m 1—I I lid p H p v� D m X 1 0 111 r r zj'ij6"MIN. Y7e■■ CD 0 O1=1I��' mo�� -1 m - o \ 1=111 �� -Icm{� Q z v -111-10 -�I1 D�ymm Ir III— I73 z ii V AgDoo -III im1T1cD0 •, / Z 11111P r�7zz� m� �� -111-11/ 111-111 m co M cn U, rn� z�z� �, I11mg 0 m Dc 0 ND 0mpm ce,�A0m z 1-111-11se n_� ro D mz Dp_zO 1 ��,� //: _�Z O Nu -111-1I1 co 2 D �p 1=11 •"` 1_��1=11I-I�1=1I1= �� m m z Z 0 D S 1=111-1 I C O O O O :1 I I 111-111=111=111=1 0 i D o o —I I I-111-111-1 III—III 2 II= 1 1 m rS • -` \ OFF (BALL K m r z m Z m�_ Z r 3, r 111111111111- KO Z m 111-111_ D -I r r I Iqe m c N m• wD D z y 0 z mDr< = Mt�■ .. m m n Q<<D n p n? D m co O z Z —111-111 1-111- 1 1 1=1 1 �� D m r <0 m lE!11A�1 ,�ilil� ; VALVE < z A r 0 CD < m m ii 0 xi RJ v `r• < rn 0 m 11111 1 \ m 03 z 0 � D� lo C) n - cn cn W r O O D 2 mm z o� �O z O m A < M� m< OA 0 cn = n Co O cn�_ Z: = = mZ Ox A0 uJ\m 0 0o N m W c) N- = ON �Ow T A W< A T r DD *D� �c m� rZ z z0 0 OZ uJm -12 Z r m m Z mcnIII C) C C) 4 c O cn ccn Dm < m 0) Co m o c r< m W oo o o W p O ��m�-1 - z D W r 0 m I- r r Z A O mm Om0 �n mW OG) f cn OX > Z�JrJj 0 0 a p mr -0 mm 2z X r,'. COi G) > O m -1 2 m2 rZ z a -• a, CD �O 0) 0 oo.p =z C t- =cn Dao v CC mN orr r m Z�G r �- G�Z mD z -I- r m m -1r 7 Ecco m.. 70 > co cxi- �< n D mm= mm Z z CO co0 m X -ID -oX r Dom n� cmn z. O� x -1 co co cn Om 0 �m O0) WOm o0 m cn Z m 2O nn m �Amcom -1D m0 m1 >-:-02M04, r N� Oo < x< �w� 0.,m a0 1m RI m r y m r O O Z m 0= z 2 0 w m -I r r 70 cn 0 coT -Dj�t OO co -iD w �z 0�x rr Om mx cwP1wo D,) W Ocn < C)N rD we 0 -om O DA rcn D Oma Mr D-1 < 0 m - - 0 �D m 0 <m m z mx * ACJ O cnm m z mm z� m • 00m x T O CJ -I v m0O7o -IW mo 0 �N omA W r -11 ID wrn E: c) oc3J 0 �m �mm z ��Z Do W <r- Wm �rO:O� r-CO2Dm NOTE: 1. VALVE 2. BUNDI 3. PROVI _ N Do • CO m co co co C) n C) = = a o cn�m• _ .11 �w �� 0 XQ oOczi�m< m-zi D o 0 0 W NTS m O 11 12" 36" Z •` n " CKING, mW m (nX��D D r z z m D < < -i rmz0 X) 0 -I I •.-1 , cn S1) N 73 m�N m D m:: o = m���m O W- as - �� �<�m * O m_ r Z N wA=O rn Z D < -1 m RJ c n D z H 0 �m p z ?Do moo mx m0-I --1 *IOC O X�r Zn r D 0 LATERAL DEPTH o M O m < * o 7.dos' -s Ql 0 v n m Z �\� rl o ` T* Z xco Z�7o 50m0) zm� �X� z�xm �c-ZjJD GO 00H0 (D 0 -0 -0 Dmm czn�m 02 D� -oO 0 2� D m z m D r Wm m (D r oz- >ZO ozJ = ZPO i1=1 -1 -r �_ 1 ('D (D 1J 11 ',•, CO oxrn m n j `-/ < I- CO N mC Z�,D mmz W0W Ozr =zz zomc 0 p<* m -<0 °m 00 z11-1 m 0 =1 -II coo -n _L0 CJS —iir- _ 0 _ mH m 171 :. 0m< Ocnm -o-IW i, 1�. Q -III 1 cn I Wr D� �ZOmr11 5 0�� D�pm -r / \ �oO mx o CD cn so0= �W zzc� O� 0 Z p N_ m o C) Cin �o,.f� razz m m o C O n- pox �Oz m mO �I - C m G m m� m Z j: m-1 F r m 0r < 1I�g •-* W2W� comm c oHZ w 0 C GSW m07' aom • Q I.... � D r m fD m-r < cn 1 b°s G .. 6" -<r.<0 _ ill co O 0� II m O00z mz� m 030 m rr Xm zcnzn znr� x �m Dz ZEE- �v I�rr I�I- _ m 0 O c) Z W 1'°'a °,� III p� \ -I 0 104 Q 0C0co rC0 O zn �� 0Om 7o0 O iX JECTION c m r C C c �l A,m=W cnm� 41 Op �O coz-. 0m <-0 MEI —I�_ I 'o'Q L Ir = 00 0D� c0- m Es i- C=1Q c-1 r1OmO m-0 0 mX -< mom >>r coy 0 0 M _ III —I III=�• l-II - I °: _ r m = rn co m T>0 5(oc m z ...22 A 000 �I=ISI—li.=l�l-T oho oo 1.4 p I v m I ' - =I —I I=11 I- 1 • �� / / / 73 I I=I 1= / li O v m m O m o -cn 1°�� Oo -0 / ... `� fn Co _-i 0 0 m e wmr + / e �� p 0 Oc 0 •D xO m Idbo 01-11LW1 m m r ... O r �n W 0-1 oOc �I �� i -n o o.` ,,.., ,� II 70 Qo� -Il— �� 0 ��(T1 �x� w T . av 17 -�- e .0( II�I00 ZZ < ,m zco - .°I0 * To.• xm -''I=II=II m ` m Ik I=1 1— III III- I I-11 o m T M ,18" , n^r ^aq _ <ocn A000 -1 m I 111- -11— I �-II rte, X=nowo w cn KW < m *o ge z >> 0 coW r * a w Z D D O Z � m OD ** < <m �m m � � p � 2 cOX0 z m z o,Q,-o 2 x= z `2� z y p \ � z-i* Q)3 C)m< 00 �Z00 me r r mz Dn> z0 -r z .' 0 xi O'1 e m D D�Coc z rr1-Ir 0 ?2_,. O m 0 z*?� 0 r O co co 4o m�yoNO C m(�C)m� Po ".X X 0s. I1 00�n DcnrTJ -0 1 D m r < -1II_— I-� X x z ZZ a -• •. c a in 2 2 Hz x5 czm . r C) a X -I0 < m -1 (!I 2 2 W c o o 0 D xi -1-1 4 C°00 „mm fl ww�o m m= n 2mm 5 a wN�.m ti r Dm << 0< rj i=c n n Jw a q1 cn c) a c� C) om m < < < <X Dcn m m m �_ m m _ n0 z m Z� °° x 0 it D C: C) D co 1D Z-I Oo z O o 0 0) 0- 0 Wpm �Z 0 W r,i m w�c mDC �W w xi xi =Nu,�W_ c T Flo C co mr r zm p0 C)TJcno z O o DAco- Onn 5' o o owD 3© x CO z m z m� Z -Iz m On cnx Zm*O -I 0 n=Z=n �m0 = x z ��m �n G7 cn O p< O m rD-�TJ 2 �O �O �mmD O 0 mRJ�r -I �mC) T ;, mina a Ait z z on Z aro N Z m sH m0 Dov-< p r Op LDrcp m8 m a "P cn �z o m O m G7 W� Hmr-n mcx,o < -o p o 0 3 cei = 1 0 0m� m m 53 D X� 0 o rm < O x W mpg o o a m m 0 0 0 0 Z X m Z W D m O X D D O Om orC) GSC? i o m < D m0. NUJ * X-a x m z xi * D O m cn r * �O 0 m -1 • O O� �m --Ii Z = X< 0m 0 m 0 <m Z O r0 r 73 m D m m 0 W cn WO v p 73 m X 0 cn I REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COMMUNITY and IMPROVEMENTS PARK DEVELOPMENT-� -PARKER PARK BOND 2012) gk — CITY of CORPUS CHRISTI TEXAS of Engineering Services 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 L. T: 361.884.3295 architects & associates F: 361.884.3298 •� .... >�y �E �0 tri) . i "TI CD 0 � `';►qs n •� DATE ;, VO4/2016Department .,, r��' F9<`o�� ,� * i9. T o off. ea �,��= -•= CONSULTANTS SHEET NO. L-8.1 IRD DRAWING NO. P-208 PLANTING & IRRIGATION DETAILS I w•clkarch.com cKCD H , 0 C o_1cco -' r - ? O -I 00 . H- SEE SPECS FOR PLANTING PIT SIZE (0 - CD O o o(- 0 0 4 c cr ` / 6" MIN. = e a • o `< 1 0 =•• i o. c �� 0 D p y 6 o oo c c C"' CO ro v ����v� w� v� q /o O r rr\/rte % vrvrvrv/v../ �/, 1 D l a I \\ 1 0 0 0 X00 ®0 0 N x /(�/^fir) I /l o 0 x (, 'cam 0T) O °a i 1 O o� O0 V! _ : i <70 oo �° fr ANioo 0 o o t<i/i o � yi e h i 0 _In c cn — r« •e\ o� I,-o 0 0 ° II_ II- „ =c m a) K X Z 0 me ZO m r CD o/0 > m mr m z O m m 0 = 0 o Co m D mz m m z 0 -0 71:1 Z m mp� 0 m mato z p nm O m m mW m �m 00 O m r m DW 2 m cn D > p -I W m� m 2en -< ,= D cn _ _ m m m O 0 m r z r i m r z Z �'y'\••`''j�\\ <\\,.. / \i,< vvv /T$4d o/\,.. ,,\\ ///,vv�vvy \�\\\\\\\, \\;v �\ , \\;\, / �0 i��\\ rs C cn z 0 p i= cn co D c n Co m r r C cn com c m > z 0 z O m m m m D0 zD p aro 0m c•• Dcn Zm -I (n �m c� cn m 0 -I D r- m G� D m m C7 N CD -.I c ''m '' m ^; -1 z > 0 0 H ooXD OOr m m mem m m oZ�] r O C m D�� W p m m m m m..xi SEE PLAN FOR GROUNDCOVER SPACING DIAGRAM. z CT) X C 0 p O W ;0 2 c g mK G)o m UIc 0 z_ c D m0 D O° O r c7 m W 2 z XI CO I I Iii m 71 _1 •••••, 0 .. r.,xi Oozo , N D oW 0 z=n71 o W yD D ��Dr m z C� r -I r -mmm' W m� r X z ca cn,IW a' D -1D D m= -I 2 D F _O cn O D Z (n n W C r O m m m C0 m < cn 0 m m > m m CA m z ro xm m cO .< m al m D H -I m O m O H m m O m r m 0 CO 0 m p X m M K 0 D O m CD 74 D O r O0m-1 mm r z z X m -G) F co m r 0 m0 2D zm F Om r _ 0 Z O C m D 4 CO D Z 0 p c r D 1:J CO Z r Z CO m Zrn RI m 0 rr y m CD -n U' Cn Zz -I K 1= MC m c r m 0 o m r m 0 m m m - m 0 CO 0 m D m z m D z G7 < •0 m =II 1=1 1 Ir - = � 2cn -I D 00 m 111=11H 911=1111 1 • , 111=1—I 11 I III = W -111-11II »;• .o CD O z cn 1 SEE SPECS N- ee Planting & v.���r��� e _ 111 o° 0 r ,\"\�,\"\,\"\"\\ �_. ."./7 �„ 0 o e ° � ° a 11=11 I �• o °c4: I m - i, 1„ 0 ago° _ �• =111111 0 0 � — �' = -- z �.El 1 > �1- r Ir �; `°�oo °0 00 �0 °e =� :III o — —Ioo .. I� i1_il e H �a �-°a c —I ae .• CO ir�A,�An AV VZ` VA V / / l/ A a° 0 ° �O �_ O . \,.... v\ 'v���.v�.a 0 0//� `� P � °_ �_ V A A A A A °0 C 8 V1 -0 11=101: '°�®` z r 1 BQ �• °°�' m X m r D z ° e° o e �� o' a) p _ cn 1=I I= r11 c1 -0 - °0 —Ct:• c poo cn cn m m o x ao m m rD N m4," cn ..:> 4 0° z m c o m o o r / Emitter —III=11 I=1 D .I I-111—III- , /, , oo ° ❑ D COr \\ i .0 ., ` m D W D W Z < Yg 1 z 0 -1 cn m D r cc' z D C /, -I 1 —� �p• z D p m C7 z m ZZO z �� D m W p =0 0 m CO m m W O \ce ,.//\fir \ /` ,\ *V �i ,o 1=111 -- co o m . \\ I= .1 c z D K m z co me W 0 co D -�� cn cn m O m0 mm0 r 0 zD m c mr m m K 0-I m0 DO 0 O m m�] W m z 0 Z 0 m D -� ry r O 0 o m /i, r ://ic !\\ \\ D�%i` z{ C;`; ��\` /\ , /`\%/\�j r, \ \\ \ � ` \` �,\.d cn r D D r cn c D r m m oo z r- m m O Om= m cn� OXO r p-iz m x z D > z D - 01= m -ml H (n -H m Hr O cn D m m m O z m cn m z m H m O O m �m z O O COt v •.„yyO� •p /iw�/�,� ” 4 0 O•• X m 0 m z co m- m O -o c O m O `'• �.//\\ !a `<`.��,� \/\ \;/ C - I n N�_ D O c cn X C cn 0 m m mc c oo m o0 0 03 x (n m m FT V) 0 D -0 03 C -I- .D.. z m D 03 y xi co m- -� r oO F. m mw z cn , D- D 0 N Z -I * m = V? Z m z m D -I X O -I O7 m -I O W co =0cn -I m co 0 r 0 < 1 Z m < m m — m m m C) p -I m o 0 m > -< n r CD cn D CO z r � m m c„ 23 m -I Z• m 2 c) o K o ° W x?- y ° m -� m\ N 2= - o m cn D Om L7 D n r rmi'I Zmc� -1 o xi 0 x 0 m -L H co y m 0 m g=1 O z n ITflCb < 0 r -Di m r * co co n -I o c K 'D m -• -I z 07 T p m m cn m oro W n 0 Z 0 co m r D -I= > 2 co m * r -: c co 00 0 H D 0 2 * Z O rH x Pc) co m �r o �1 m 71 r- -Di= Z O 0 Z r O,0 H 0m O D < F 2H m r cn -n -1 Z 0 N�_ W Z D O r m D < r r co m m 0 Z z m (n �1 m m CD 0_ -I O m m r m 0 0 z n D 0p (n 0' 0 m xH z Z m m ?1 m 0 F �� r z m c (n 7) m w m m 0 X Cn --I-I m m �mOm�O r� CO -I W cn D pp m G� m C ,Zl D-I Z D m D CO p r D -H xi 0 W z r Z m xi O m m m Z 73 0 m 0- (0 Z cn H D r r = m 0 o > 0 i i=1 - cn D r r I D m Co O (n < m m m ?i 6 0 m 0 111=111=111= —111-111—ISI cn cn D r r > m 0 m 0 m co r m r<Dr" �, II... �m mW m� Dm m NOTE: 1. ONE RI 2. BOX SI 3. 'TEFLC < r > Z wx0 o xr o C 2 oj4o...i.gpo O 0 p 0 m =110,22° Ao. °° °° .: ° <x m co m z III m 11111 p N.) 0 DD�DO 7, . wr��z 10 -1r-o D -I , III=III=III=� ao rrDr =41 coW�O D mzm Z rrm- m 7JXZ7J - _CI �IIII Z ccOm CO z m mo m�Z _ _ 111III—III-) —111=111=11 O OG)O� D D D -III— -+ mmm SAW 6 MIN. 1 : 0 om_ c�� 1 —111=111= W a s o -III-1 I co cn °m x II `a r) —I o S: u D PTH AS IRRIGATION o 0 s _,-0 do -5 zz=z 111=111=11 < °o< SUPPLY LINE 0 WWm — o il;lll;h C mmX �' Zo< DDOm O 0 H D 0 Cr min r r D —I 1 — ,11=111=111, =1 = 1= . I < D m r 73' o k cntnON — nn ° i• Oca 10 rHT m O r O O 0 00 CO m mrnnp m I—III I I-1 11=111— 111=111=111 rl✓ -1 m rn 0 0 0 m-1-9°1 A�II�II�I�II111II�III�II o°o:: 'Js �. -0 ° W CO W ° 0 0 m �J DSD L� .1z ZZCZ =1 -a-�W r W Z co co W rr°z r I I-111— _ -111-111 % r mzm —I _ I—I 111 _ _ I'� m Wmmo m 3 am _11E-111E —11. �1=11I1� oN*—II_ `E oDm ���III�,III m rn �, —111— D H z< o 1-111-1 : I T °°ao 1—III. r-n r 79 -1mr -111111 °o - m m rn D I —i _ D r ern 0 < Z D 513-m D r =111—II _ _ o00 ° . 2 mrc co ° z5 C C=1 CO > m IIS m HD= Oz0 0�� o oco c^ D con Oc 0 o -0 vim � a r r m.P >X o > m Ko -0- m m • CO� CO n m D _�H A mm r- me = mm>Ho m m o -om-omT -1 coo y ro A O v= • • >Docn73 -o mo � � G) m �� m� Am 0 70 ?3 D co 1t— -III—II'Op���° I-111°o° 1 11-1 i° o;o °moo°° 111 0 aS TO BE INSTALL LAR TO FINAL GR JOINTS AS SHOW < co m cn m co m° 00 5 SHOWN. )E WATER BASIN. ND. -1 1> 7-9 n _+ m )X. NY LATERAL AT Al o Q 0 0co0c 0 2 o Z > criD D Oo�-1° m° • 111=1(°3 O => 0 O DX � �L' HCo1°TI m U 1 I— r a rn0Dz co 73 \ > 0 -02n° m m �7�1�`Om % X 1 ZOo- m > •z o r Z HC1 Om m71 m •9 w fn c m n (nm CO *m CO 0 orn m 0 -< -I o Z H m n �OmcnO rn =m nm=mA o 573 rmmOm Oz mZ III 1— -I ° °Q °o�o o 1O�o hal: o°°°°o — co mDo cnir �) m z0-g xm or- m 0m-10-o 01 [ADZI °�' ED TO FINAL ADE. N. co D coc �cnm� O 0 z `{ m0 zcn ��r003m �z m M HO�m� o 0 c ro m > 0 //u0 °° co mono • rmm� � °ao°° 1°° I v = z 0 D m 0 mD Co m 0 0 73 z I P0 m 0)- co) m m _ m z° rn T v n .A x=opo > ��iif 11' m p aaa w mmx �O 2 °Wf<fl Gp m 0o 0 A co OD p >� Z o ��c v P 0 c o z co -o -a W *m r< 1355 QQ��n° "' �p N n 0 0 co -1m H D m- fl.Q�mt ° Drnm x cc = =cn m <O 5Q wco " Hcfl ti > �Z D of z D 2 (pc ? m oD o®No'xW > m o° 0 c Z . m Im D z3z 31a �n Co �73 0 < <n D om O 5n Q A $ W mm 00 <c z OZ n w= 0 0-co -I a --I nr Gi p m-I E rn C? D m0 ° X� n0 m zcn H _i m c� z m co _ _, zm m z co 53- m H z Zm 0 H zm Z 7 0 w z 00 .. ml 0 F cn�1 0co< 7:1 71 mE Zmr rZ O -1cn< D(n ii yo-1 m-o co 00 >0 <cox _1D �z �cn� Op Zm mm2 Ocn r0 >mco �m mD o�0 �� o< -- Drn m HBO L--, 0..) m0z mm m r co 0 5 x I REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COMMUNITY and IMPROVEMENTS PARK DEVELOPMENT - PARKER PARK BOND 2012) — ___ri CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T 361.884.3295 architects & associates F. 361.884.3298 ... i "y LE i�0� rn T�" F9<0 CONSULTANTS SHEET NO. L-8.2 IRD DRAWING NO. P-208 1 C x11 t� '',•,. o���a� ��-- DATE ;, 1iO4i2016 is ■ PLANTING & IRRIGATION DETAILS II Www.clkarch.com ,v 0 CY) 0 -IS 0 0 0 o,m II ip,,v 0 asm j 0 I I 60' - 01/2" P 5 FO CI III© 4111 1111 s O , T-3" T-119132" 7-213/16" % 7'-3314" T-37/32" 7'-37/32" 7'-2518" Z ;U O I I I I I 1 1 I 0 1 J 306" 1 4 3y32" 13 73 1I I 1.1 11 1I I 11 1I A I I I I I I ,)'-81141, I I I I I I I I IIS al o f 12'-ou4": e` \6)i/4":: � 1I 11 1I II II 1I II I 1 30' :-9l i2'-2718" al II II II II II II Q II I 02 N.1 N `N — I I— — —I I— — —I — I— — I I— — I— - H I- — o o . .NJ I 111 III 111 111 111 111 IV 11 S 14 II II III II 11 1 II I I1 1 III II II III I 1 1 I ICD II I I 1 RI CT °' 3'-81/8" L. 1001 ,' e I CO El L ' u_ 6. L I • — — — — — — — — — — — — — — — — — 1' - 1732" -- 5/8' .- o N (O O W T-3318" T-221!32" T-4118" T-25!16" 7.29/32" 7-0114" T-33!32" O O d O C T 1 � 59' -11 518" 4-N \7, „, Til T co Ill ID 11111 1111 I � 1 1/2" = 1'-0" TRUE NORTH 0 ✓�0 A W N _,m EXISTING PAV O =X 5 4o r O z 0 D x m z o m0 -I m c na CONCRETE COLI CONCRETE SLAE ELECTRICAL TO 1 DEMOLISH EXIST DEMOLISH EXIST r 2 c X m X 0 � � -lmzz ZOTOOCO O O O 00 O xj ;EUSED. TONGU WOOD DEMO O O O / K z 0 r • Hm z m Z -mn Vci Z / r (TYPICAL); ER TO ELECTRICAL DRAWINGS. ) GROOVE 2X WOOD ROOF. SES. m - KEYED NOTES . ( f 1 f ■ � _j co co 73 12 : r< om �� z0 O ' cor c-1.1 1\-).; co —I O 0 c 0215 Z O 00D 0 W D 2 m' °02 Jt Kcv m 0CZ �mC) we oo rn m0 5 H oo�K oxzr �OG�= o0o XC m O ;71= -i 1C 0D c m coO 0 7 —1 02 • o• 'm Z O S W 02 ,m wm D: = rn 0 -1 m m 1 —I rn o �1 —1 z IT °o• 2 cZn0 m NO 0 —i 02 O QI- -m Z 03 02 b -'m w2 D 2 rn_ O S I'n D m 2 H rn cn D co WEST DE EAST ELEVI 00 4111 0 0 2 2 ti-1 , -p cn 0 wm ,'D C) w °'= ° m p O ii, 1- CD ti,. w0 - MOLITION Y N 1111 ?n_ a2 _ N ID v-1 com .8 D O NC - p .,. 8w rn 2 °°h cn(� im w Am �mZ 28rO Z :: . 0 •Z = mco m .jr 11 D� l.. ELEVATION ,, 8 i - �mO K -�2 _ © �D= - o0W =ZK --I Z �0m - Z � p r ,\ , ,Y :.:>. . ` 0 a z z 11 11 D 1 �1\ 41 M ' L� — —'N f�'r (a) 1 C — .. 4111 1'- 10118" 1 ` % 1 1 I r \1 4' -13132" / x'.1.A CM // Ili ' ' CA J,)1�{I 411 C co I ., i .. \ . . (111 fii co ,1111 3 3 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS -PARKER PARKiii (BOND 20121 1 1 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 architects&as associates F: 361.884.3298 www.clkarch.com .`:•-•., " 'PS. Cir,........ ,•��_ 0 lb: �L •.0 .. 4bt j ,A: ��Nit ,its ,�I es. �• . I." c��� It as ;. i ` • - CONSULTANTS SHEET NO. A1.1 ARD DRAWING NO. P-208 iw CITY of CORPUS CHRISTI TEXAS Department of Engineering Services EXISTING PAVILION DEMOLITON PLAN fnnz r 0 0 Wcm Z J Z: r 40 _. OO�D II O -m-o w _n C -I Z. CO co / III Qi \ CI T a 411 ® 1111 _. 11 'OD _, D a o< rn O _D _n m xi > r- < _i y F O Z r 7. L7r Z13 ZX Z>AZ m0 m V I CI 1 C� 1 60'-01/2" 411 1 411111 1 1111 wI -. Z 81- 0 5/8" 7' -117132" 8' - 0 7/16" 8' -13/8" 8' - 0 27!32" 8' - 0 27132" 8' - 01/4" m 0 1'-73116",l'-43132" , 7'-3" 7'-119132" 7'-213!16" 7'-3314" T-37!32"' 7'-37132" 7'-2518" � r D H M C 0 u a • IN 4 o VIS . .7-.1 � q b. y li :. .. .. c - .. 04 (c0\1\ o (7)L._„...._, a 7 - 33/8" 7 - 2 221/32" 7' - 4118" 7' - 2 5/16" 1 7 - 2 9/32" 7' - 01/4" 7 - 3 3/32" ' , , 59' -115/8" o 1'- 6 7/16" O 0 O O O C 1' • 617/32e� 5/8" ^; CO ., CI 1 Ea)) Cli ICI (II ill 411 _. CD 0 a CI ID 411 _%. 0 s n Z Z ® 8 ti a) Cl a CO N Note Number R3 11 N - n -I m Vi=m DzzO -i-ov u,x*� c� -I; DD Om IS ; O rpDm=omcmO co c Z AREA INTENDE[ EQUIPMENT. CC AREA INTENDE[ AND FALL SURF COORDINATE. PAVILION STROP NEW SHADE STI PROVIDE NEW EPDXY PAINT. PROVIDE PEEL , SHINGLES OVEF DECKING OVER WATER SEAL TF CONCRETE COL CONCRETE SEP CONCRETE SLA �y Om O Dm �zn D-iz com1 �xn 00p �jc D Z m D i m CO C m �H C Xr IT, � m 1 1 �! O �� i i�cmmmvZzmcW D iii ? 0 O it IR CITY P VACTOR IR CITY P VG MATEF RE TO BE JURE (A EL SADDLI TO S STICK M EW 2X TO 2X6'S OVE NS TO RE REMAIN ON KEYEC Note ,' I ROVIDED FITNESS TO COORDINATE. ROVIDED PLAY EQUIPMENT UAL. CONTRACTOR TO RENOVATED. (ADD ALT 4). DD ALT 2). E AND BOLTS. PAINT WITH TRUCTURAL). EMBRANE AND ASPHALT NGUE AND GROOVE WOOD ER NEW STEEL FRAME. MAIN (TYPICAL); SEAL WITH r 1 #: S iAA k fil II 11 111 4 # 11/ i �. O \\\/ �1 / 4l e j9 , ES vvv DD �Ezo m z1�W 1 1, U1DW- zmz PaDcn rOgD AD- zZ 00acn p�OD AOmminrnCO fn -i iKADZ pmz my �Oa�or=� v �� -il --AH ODCOcDm � L' Ir �� �o V ooDm II vcn Gn r o-n -Z I= - -.4 'O 03 �('O m Nr r O -I 02 ''O ' o 'C CO • m D wm - > -m D G O VO -In �� tnC co I`)z CO Q-I =1111 m 2 D Ago �A�� • m m�� OOA�' =rnCni 1m� Omcrnj m cow m� 4i Dmo S c m m-Im A� �mmA Zip DOZ OaDZa�p Wim* . 0a0 —• yN� o�,<�o xZ • -23 rm _ n r00 DQz MO) Drn <n r-I 00 Z C� W = wo „ Nr r -CK O 7 O • o• - Z 0 "m CO CO D =m 2 m D o- 2 I -♦ C - Z oN m m O Z 2 m _ 2 AOA 0 �mm o , a to m Z O Z II CD Axl o VATED VIII -m II -< C m A m z O _K90 .r, m or G D m� oz D �- -. CI m , -,...,":-.--.::( A n __ •or 1 1 , :, z--s�VjV.; • . fl4 1 1 Ilii 1 a 1 11 _ 1 (Nj1 a "'I O V r0 AI It 1 CI /•r rel 1 4111, • . _ 0 111 • 7. / y•, h r. "• •''• ' __, ill •• �• ,, _,,, • c:91 , to REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION COMMUNITY PARK DEVELOPMENT/'__ and IMPROVEMENTS -PARKER PARK (BOND 2012) \, ilia 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 7:361.884.3295 L. L architects 8 associates F: 361.884.3298 =; .- < c, :-, CONSULTANT'S SHEET NO. A1.2 1RD DRAWING NO. P-208 NMI CITY of CORPUS CHRISTI TEXASwww.clkarch.com Department of Engineering Services PAVILION RENO VA TION 1 J V/ n m c 0 O m - oD z HJ2ION JPHI -n cn z 00-000 0737301--1 0>nv2x c0ccoz0 ZA5-?QC) zvtnmx G�mmO� aommm yD m 0 N x X mD m61 v 00 N0 v r x 0 O I V, 0 O 0 W m z m m z 0 -4 1 2 r L LJ 000 1'-4" 2X2 TREATED WOOD TRELLIS O 0 °' ar cv_ c 0 c -O z rmA rx-1 m n O H n OODD cn 1 Zm m m m v Emco 63 r 2 mD II < jDm SOH z73 me Dn W -H —I C m 4 mcn aem= u <0 m C OH z ZJ (f)C 00 C c 2m 00 D cn 0> 11 Dp —gym oIQ) z -i OE E n H c m v r D z 20' - 2" H140N 211aL 1 r L 15'-0" to a w N OVERHEAD SHADE FRAMING OUTLINE 3X12 TREATED WOOD BEAMS - WATER SEAL WOOD. CONCRETE COLUMN - SEAL CONCRETE. 2X8 TREATED WOOD SPACE EVENLY AT +/- 12" O.C. - WATER SEAL WOOD. 2X2 TREATED WOOD OVER 2X8 TREATED WOOD. WATER SEAL WOOD. 7 J z c 3 o Q CD m z 0 m H m ADD ALT 2 - SHADE STRUCTURE - KEYED NOTES REVISION NO. DATE #103rO d1110 'ON ONIMd80 OH003?J (1) m m 00 0 BY DESCRIPTION COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) NEW SHADE STRUCTURE (ADD ALT 2) REVISION NO. DATE BY DESCRIPTION vw CITY of CORPUS CHRISTI TEXAS Department of Engineering Services architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com 'ON IBBHS SLNVI1f1SN00 O U A (A N 0) a W N -' 0 Ncp c2' J U A W N -+ O CO - 9) U a W N ➢ D D D➢ i O Z D Rl Z m 7067000 N 700 A zE co 070S O O D -4 Un m2' ON r-NOO `^ mC)DC) DC7 D m -4-4TI-47]71 co -nm DN DUl-5 z D -1-1-,O V)17C>-4-4DU0mD -4C�C7 m -4m Fn Fn co *m CD O CO �l D-0 Z 70 0 0 71 71 TI O m m 71 0 m== S O m D p 2 70 r S S r� � m 0 Orn < C m m `/i z p r p r p z z- S S O S m -2 m Fn 70 0 r O I-- 7" r S O DE n1 C �7 O r r r C-< m S O O x S m r x m 0 x m 77 m r z 77 < O-42712 A rn r70 <rnCD mZ m< OmDr rnO 007J (AMA= ZZ m m➢D �G7 Z r- DE r Z OG78 rn m 2'7 m -n Cim ➢p rOr n 77 77r m.Z7m CO oznn r^ r m mm ZZ 071 C) I-'�cnm p7Cn Z D TIDO- 1T� < D m co 70= n C m m 70 m 0 .T�7 170TI m C 0 m m Z D 0 J D D O O rn r O O 0 z '2 .-rCD �7 r2 CD A Z 0 TI V) 0 .T71J W m z D p rT1 2' 0 m C/) 0= 0 C7 CO m r A 0 < -_I 0 -1 O I 1 OSO ZAOm m rnm V D W �rn U1 OA -4m Ulm 2 -In 27 3E 5o Dcn D zC7rn- mC7 OODNa7 mpZmZp pr zm I W W �m CO r- r- 0 r- r- ImmDDD DD SmD02'1O zm70 OCO-OD -1rn--I m y AD Oz -iz =5zz D rn p� T C7 rC -4 CD up --I �Q D.Zm7y y� Zrn Z z V) CD EZD 71 x'7000 r m X D OO O m� 700 rrn. mqM CD D Z A 7OOI C7-Oi rn AZ - Zi U) W Zi OO=NOT: C7 Cc -'30 n �D (n DW -- ED ''--70 CO C) - CED-DC7„C CD 001 * 222 OO D nSr ( CoA 0O JV U) - O- r U m m co D D r rn 0 77 0c OOZE rn 271 pE DCD ADZ NDcn Ormr-I PE ONCnO r0 0 00 z� p 0 710 °”" D ACD CD C7 CD CD mA CD rnA Si CD 0 XDr-1-ADD=Zp37�ND DpO TI ON m-2>0n--rn-I ZC722-1-A rn CD 2E DZ N0=A O Cm'7nA DOW 0 Z O C co Z 0 D -1 Z Z 0 V) - 2' 0 2'' A Z C7 - O CO M O z D C.< C7 70 AM -• r co u) O O . 0.36 - i Z - C 0 z O m 0 m V) C O m � O m m z z O C� i� C70C)37 O 700 D Z Z zO O��p�-1r70CCi 0 co Q= CD -2 Gm ZO -{r2' G7 D F,), =-- W O OZmz II II OZ \ / 0=➢= D= =0�� 002 CD ZOy DAN X00 Z �x zm23 D uOm-4 00N O.-[�7\ z. 7> r m➢O O ZS CD' Am A A �0 -1� c-cn 00 O O 11 II r0 r_ mO NO O nA0 m -i O A r- D O O U) O D m O r- cf) O C (n --c n -� 0 Ni T I r O Z D O N O- m O m T 1 0 A_ O mfll ➢ C � -i - A D O Z m -I O mZ -c0 z 14 -i Q7z 71070 co 01 m A O C: Fr rn Z N pr D ➢ r D D S 270 A 70- Z m- D 70 071 N0 C 70 n Z O S (n co Z O N G -I m O O A O C _� D r r r r r 7 7 m A - m A Z m 2 Z C i 2 m r m r- O a 7 C z �y-1ppDCOm 700 �_O NATIO 2Nrn0ZS C mm CZE- bon to o OoO Zr r r - 7> UlC-I co 1-(7)1 O 0 z z O p Zz ➢' -2C-IN"OD� Om O C7 q D r m 77O 70 Z -I UI r- C: 7 O A co O rn A Z D O n p A D 0 -1 m q 2 D c p 00 C7 Z m m m p m J O 2 Z 0 r C 2 0 2 2 Z C) V1 r 0 2 2 A rr1 z r_ D. z A 0 N Z p C Z m m W C) O ?1 0 rn O (---2, CZ A A m N C z O r-{ r r m r r 70 -1 - 0 C m N m m r r r r r CO 1- r r IS ti x 70 0 U) N c n N- C 7 (n m U 7 7J O �_ CO- 3> OO1 �� Drr1 rYSO r-r0m➢r Om A co m (n N� --i mr0r 0r A �rcrnrCAy ANO N�z70 Aim DO -C71� Zr mN Z rT1D rn ��0 A `z D A co T- Z- O Z CO'mm m 0 C= p 2' A Z N O t-.73 D Z 2' 2 0 C) 37 op c 0 0 0 Z C C 7- Z O U) 0 0 0 O 0 m v) 2 �' - n (n p C O C p N -4-U) ➢ S Z c i t m- I- VZi S r 0 V1 Z m m v1 Z M 07 Z N O Z A m O Et p m rAT1 -4 CO Z 0 A W C A T n1 X D m c) OO m r+1 rn= m r x-12 rn 2) -I m o CO p r q C A= 0 O m p A OO O C z m A P g T'I m N 90 rn j D O A Z 2 r''�''� T r A -A m A O C7 Z 0 -1 a n ti 70 m N O D rn 0 I A N r U A Z CD cn x 2 0 A-. -1 2 S S 71 Z G =-{ U7 r C O rn I' 1 F9 CO�/'� ZA A m 0 IM r r r f C-i� 80070 �TOOrn Z ZOOm--I coHO (n O O O� r N< !!/^� m 0>07;) O 0 70Z -I 11. S 2-70 N r D\➢\ m= - 0-1<D Aprnc) C) O� < S- VJ zAOW inO V J C O D 0 N A Z m C- C S _rn`i N CD A OO < 0 N- O N O N C) 2 0 0 70 CD N �2 rn NDy= m:�� pNOyQDo rn D C7 rn D Z CO CO m O* Amt D m S Cp* = m- CDc)m Z NO 71 a �TI r.1 K CO mC0- 0Z q mo c p0 A O O O OA''Z 0 -� A OAmlOil S N O C) 711:1 D =A c7N mcN n -I In O co O m W rc_7o=_�� p Orn _i AFri O2:3 z cn D zz -� _ 70z71 Z= O Z 2C m mrn OZ IAT'IOC CD Z 710 _ DE C COW p pc 2- 2D L ri;, / Om CO �m55 � C W V rrlO OO O O ZjOZTI ZO Zi m DSOA Zzm Z A p!:1 C7z E C7D po z ''0 � Z �71 C 0pS mp zm0 yo 2 LL".: A O Z r o m 0 rT1 Is m m (n D A m -I m V) O Z �7 AWI 1+�j 0_ CO D S m N D n TA. m O p C 0 rn r 0 rn 0 �• I201 3-J -1)>7)p C 0- 70 2 A 0 0 0 0 0 0 N =1 z m 0 D O z OD N �ADO(n U)OZ _ n0 C7 CD rST70 C➢j➢0 �O0 �A vp rq�AO AO zc ��-12 �.ZOJOrrn�Z=Or-IZ�DOZ okz-7 mn��omAo➢- 2: -4 Avmi zo �7mcz7� ED0 0Do ch ➢ r0*7 CO T D O r D L♦/nJ IT1 0 OrnM 60 CO .. .. .. .. p O C) m D-2 7> N C (n 0 0 2' r g O 0 0 0 r rn q Z p Z 0 N Z rcT1 O -1 O Z O m p O m Orn rn r O m -i O Z D =D pA 0 m rrOZ O-�I=rl D O� -" C7 C7 =1 ,-,-0z 1 70 1.--9 m-Ir➢C70� Dr z ➢-Om COO Z �C7� 5,7.1 CD V my)DoS�-c-i rn cmi)2 __I 0., X O Z 2,)„ 2 Z O O O N 71 -• 0 -• 2 r 0 O 2 70 O D -C O D A m rn 70 S 2-�A-I mo r A 2 Or mZm 2 mcn V) O V) m rr1 Z C Z r A q m O mnmm O�r 1m p A- mT2pC7 Dcr W 27 rn co CDD E 207E A C)- m ON �� C ZZ Z70Z ZCD N y A Z r�Tl Z Z �� Z bj!G!i OmZ Z rn om7071 r0 yN r�T' mO (n C U) mm DG7 Z70 Z PCc f c D m 70z-�N270-1y U) Z r •Z _4 O r o O 70 A i -, . I c n m (n p m -Oi -OI C 7 c n O S J c n O p A m- CD ti 0 m' z .?„i vmi O A D O O m Z z m n C 7-- Z S. m m m G 7 m m - r D OC Z 0 P r N C O 0 0 m U) m Z O �' rn Z m (i) C `z C 7 D C 1 0 0 z r z- V 7 rn 0 n l V) O AmC pp CO mN -i U) 00 D- N ➢ m D- 0 O O A �Z -1 p SOCn D 0 c -170 0 c 2'-1 m rrn N m y'1 710 -irn r n� O A Z _41 S O A m cCD mi) D 71 p r m C C C 70 co A COED m O DO D ' J� Z Z n m rn C r' 7 W: U m A 707 2 z= CD rn 71 2 CO y �7 = = D= TOi m Z (n 2 m 17O T 2 r m m czi I Z CC7 A Z m m 2 2' • A-2 D m m O W N O m D 2 0 71 0 :1.3 7. r- 20 O pC r D Z r A <� D r 70 0 c Fn r m y= 0 m z V 7 N Z 19_, O CD A .1 A A DE EE D Co O O N U)A\ ::; 0WNOOOAOZ 7170-Z Z0z OADAD �0r,�7ZO0N0U7rnticZO ZA A73 rnCgjD00mcn O DO0Nm00mrnOOmO Cm2�(nzSmmO � Nrn O O CC O�Nc) D O W p c0j1C OrF9 N- Ni C7 00DcnZ.m�7 (nOrr•1pA���Tim D O 71 2 O rn o 0 TI �1 GO �(n0-0OD�mZI -A-II .�.I Z 670 CO �OoOm�DrrT1� Orn N70m{O z Dm A N rc0c zr mm O mr 2=DDOZA�2rODJ TAO2S�O➢-ICz�zONrpUrn1�j��22r�T1p AZz'' OmD 217070 `2��rnDD -17 cn m700OmmC rnOCZCn �G1 mOCz�IT1Nmr 71067''rmW rnNmrn0 mCZZ D-IA0ZO Z mm m_Sn m_ OOz �CZZIZDm(n0�-IO AO0 A cnOr Ate" �p'' 0Z 2 DE OmA m70 pp rn 70 r -0 rn 20Np 71pSp UC1C0 mm2OOnpc�r�T1rnzr+-Irn-Ini02O0OAZOA AcnNmU Aim r 7170 Z=0c2'-) r 0= r �) O O m 2' U) -01 C 0 -1 r m z m z7170U) _r2➢AT 170ZpA D= y O N-1 W mrnr C7Z m2' Om O O z= j0W TI O rn D m OD •0 OOrnDzOmrnZ C W Om 0 V) m m (n z coVl CC7 Z q Cm7 I.r/) r .10] o O CC7 Z z 2 71 0 C m m 0 V) Cn A mm 7007171 S r"n0 Z A 0 cn O mm O = �O� �=L7m ➢ N m N ➢�2G7�O�O Wm mOGz7�C7 271x0.1 -<.Z717 -C F9 o A -`L OM N31m0 VNi �7 ZN A mzD -10 CDS N O D m2� Om O' N Om 70 A' O N- -I- O mcn--4cnz2 U)rrn�7 02 2mpz DOz �Nm 0 0 m 710 70 N m�n DE Cn zA n O '� 0 A OZ ITNI ZE A rn N DD mZ 21Am x'701 Ocn1 m� 710 = A �O m CO -*➢ 0 D m m ZE 70 C CO 0 5E m _--I O C co -I 0 z 0 0 N A D O C p Z_ 0➢ r -1 Z N z' ( 1 Z COW O O 0 m r O U C V) O O m m -Dr 1 71 O G7 70 71 rrr 1 co) T rn D m r 0 t`' Z O 70 2 D z C7 0 0 7a- 2:, O -2 m D m S S n rn0 71 0 2 O r- nl 0 rA-1 A Z r2r, 27011 n C.) 0 -I C m 0 2 7 70 O m O ➢m 7170 = m p O O Z r n ti f i t Z r m Ln -10070 pO 0 , m nr73O7 m� A N z 0 C SDS m z rn A Z = D _A -H �Crn7ODO cznO�� 0O �S� 70 �p 0 Gln m C -A Z Z 2 A N O =A A m rNTI CO C7 --I Z-� Z -1 O 77 z- 71 2'-0[95 W- M r—CO Cp (427 G7 71 M Z z W P� rn� mz = m O m �O D 0 < CZ7 0 rn 0Cr coCDr2rl Z A m <O D 2 c0) m-rr-1x71'1 2' 27 2 Z 7120 rr-1An-I 7D2: rn 0.< O N CO 0 mO crnjl z m -1 70 '' f=T1 m z D N ,,Jr- O 70 C r= N r A 70 r n Z D Z 0 n T .O -I C rn co co 2' li A q O Z rc VOiA m rTIO ''D C CTI G7pC A 0Ax rnz Z D •m m 0 z Dap rn N D N W =A N rAr1 OZ Z m TN O CZ 0 r r 00rrl m r70rn r1A 2 70 p . 2- O 71 0 -c7i .'U 71 O m r'Ni 0 0 < D C 2 0 r'Nl O co CO z m r= 0 71 o Z 2 [N1) ➢ r 1 r, l zz r Z C rn M D m n z C n D H P O A m T O 0 Z O T1 m 2 D -I A Z D = m -I -c Z Z -4 F- m Z O 0 rn 0 S 2 [n C7 OD 0 rn -< r- 0 M1 m 71 m V1 N N N N N N N N N -' --' '-' -` -' -' -' -' c2' CO V O) U A W N0 W V U A W N- O co J m U A W N -+ O 0 J 61 U A W N . - CO 0 0 70 O N 0 m m m A 0 C7 CD -4 -i -4C7m C A 702' D -1Z 0K mmm OK> 7071 2' -12' Dr 70DKr Dc7KD KO- DNZ Om KD Z 000OSO 2C 0 002' m C C "' l 0 rn Z Z r Z Z m O i'07 r r 1 00071,M m 0 O W g C C O 002 2 20-2' ZNJ I''1ZmmC7 Z20 OD rflrx Om mz r O = m-Irmr*I c��m 0>0)> I rz0�0 21- 0 mC-T1 T1ZZ O Z mp0 O m2Z7m rI--ca Z r�20 Orn-1rn OO W D Z X C7 CO D A 7>' CP CD DE -4-4 =• C) m m O 0 W D • z 31 r 1:° D z W D rn - r- rn r Tzl TDI O OA(- DCZ7X X 0D r p 7:1 :E 7J 77 fcn-r A n1 27x0 >0 D _ OO^ < DxZ Z Di -Dl me m i2C m➢ ➢ mZmm� NI co INTI P1 Z=� i IT, =10 C �A(n � OIJi OA W ��A - Z7C 0 N -aZN 370N OD O 0 �CPm Cnm OO Acnq X31 �DC07 Dm➢7T7 ODCO OECD -7 --I N S S A mi m N A N> 0 p2' ➢ C7 m r___-7, m--� .-CW7 � rnl rc 0 2 D p p N 71 0 -1 rN- 2 E E D O W 2 2. OZ r A fT1 r CD 70 O 0 70 70 A O➢ 11 P,1 g ml i 0 ii n p O r- 2' z m ii O fr) O � z O X rn O m 0 0 0 Z rr- r- CO m m z m -< 0 0 0 r Dg nrnCr^ DmNmZ ��ZWy'T OrmmZDX r0-1 O�zDmDm70070rrDnp0rr1rrVC7C7OC70 CnNOm-OmCDzor�� a7�0mZZz➢U) CA m�C7 C/)-OOr >(7CDZmWr1-1N Zm�p�r-1OE 0(7OO'A�n ..c{r<ODm�mCr8rlxcA72 Z r m C V) m m D m r- 70 OC72CZArrCmO➢ZZ0CcrnZpAN2TOU 7AAr0000 mV)G 7zy O W ED A 7, N ".11 Z 2 n D D m N rZr1 x rm C 8 r- z g r"7-+'111 c n ii DZ z m O2'10n001z_V)C7!;p;p11mz:l7OOmiiOT;1DIZS7!7C 7qmi!=SO IC 7yOrNr!mONT T 1rI,1!'771 DIDU) D71-1AA TIC -1 `Sr m 'Ax17 rT1OC7C7A O NZ -<U) TI(f1m2 CS r mU1N mS m Vlrn 95C7Sm�Ci71x-1m=rnrz70�O➢ArADDOO=r rZp2NDC ���Cm m .. N r S D m y- rm p mc7x 0 =� C m mADTD=.. O .. mS 7137 N N zZr jm 70 m T1 m m y 70 N0 1,nZ m 70W Cm2'CCmI' +m' 1 �_ W 0 x0-1 O m O Z 0 0 Z 2 O N 7; 7 T 1 C iC7m..Z m r�r 1 2' C 7 V 1 Zl W: C 7 r r mU=m S OO O m m S T 0 N C n D O p -', ➢ p z o or'' 2 ZDZ Z 7 p (. /) L n c DppmOr� � Omcn--70p7-OOmN� ZC ppCO� f'm_10x'710�7r rn��m CO70 710D70r D_71'x7\r,q = O DN0D;C7rrOI� Om C77C7�AOC7<-IOmcn2 ZSO-,rnDCm2'Tcn C7mWSSpQ�Az m p Z�? . C7 V) m➢Ac� °4 CmO S D Ac7mU10< r m -Z'1 OZNr�1'1 0 I2, r➢ DON70O� M ED g -IS mm c2AmD ZC_ cn0 Om Em cn O= -ICO 71 O N+ D Uri Nz0 N �7 7171 W �OC7N0 C m%00271mrO r -I =10wO mzArr�pO=I702�� X X CZ700.mp1�rN,.1��AZ .rn1��Cy� AZ Z -71x1 m (n70 m Wm .. mC7W\m\0 DO.. r- D OU)Z-`7DrW 071-� AXCrnj W rNA W O��zmOm<-m co< V2) m Smm ZT➢ 0T-1- ZC AOC ZU) -I r m I r u) C -1m 71 N mmD-<r O rn T N C)A V)Om DmO -< cnr Fri V) 0 0 0C) D T1 ➢ 70 rn CO r m 1- W Z1 - N z 2' m J m A q (n C7 m S (n Z7 -i II O O.. O 71 AC) A�T1O m C r 71 \D D m r0 U .. D< A N S r- O+ X :-Ix D r I A� 95 2 2 r'l fT1-I �D C O mDCD U �mD Z �� minor D =1 > -I DA A r 71 O 70_ rn m 0 mx Fi- N �m Z ZO 0;17- 111 S m� cn0 O -r,-..;�0 m-➢ N� O OrnZ ///�� DE Am r0 N Z cn rn ZO Ozzrx T T Zrn D 712 m _ moN-p O07On710 O W < ON NNA - V) m 2 A 0 r CO m mpm2'ro - mm = m N in Fn N� CP A �� Z{= Z O� W A cnZT V1037 Z ro 20 7c 70 O D ➢ m 2x2 N W rl 70 <o\C7 U -cm N 71 rl_IU)- 2: T10 27 IDD 3> nr0 CD z OcnmD (.7.g S-4) V! r*1 Z �m0 mm O co K0 "~ OD nm �1> mm W m x Or- Z co - - rn C7 Z VIM 71 A rn C7 m A 2'p - O f D A" 71 c) ➢' _ E 70 rn O O m N 2 IMI T 70 D z r m -II Al .m r r i z Z r C i 1 T 7 Oma (n C7 rn A -4 F,5 co pmC7 r m O Z y co r- :r _4 m I A O N AN A 1-F M N m _, -1aD Tt�-70 DECO -n �ODDcn S0 pm FriGo CD N0 m o4 O N DrA q00 O 11 TI O z 71 V) Z n= z N S A m o m D O O Z O O .7 m 0 D- co 70 a4 rn D 0 70 CO D- 7107E 07 -1 0 z E r C7 - O C Z N S A �� x �rnO A C D z cNJ) 32'7 O N Orn' z == D➢ O m m n N XI O V) 0 E 0 f<T1 A .. p r co 0 D m D N = y f" o 0 co Z z 71 m C7 m A 71 D Z co Z r- 0 O A Z rrn.,1 C7J 0 71 -I 2 U co D C IrT�1I m U D rn00 0 �C rZ 6000r 70 2 D m K Z CO I'17> CD O- N m r D = ODD rn0� �AOIDTt� 7102' � A� O� �p oo y�< C A rDi7 pmC7 0 2 71 cp g Fn I'+' 1 m O n➢ O r C7 2 r O N D C r VCi 2 D O C -, _ m r S m> 0 0 A T t p2') N= 5 OZ m Z 0➢ Im E m W O Z Z Z m C 7 C O Com O 0 TOA 0 0 71 Z m Z U X O 71 Em - . A CD C7 _ EC7� r -N2' 0 r G m - m N X A m co mAzU p Z cnr n. Tl A 271 OOOOr C O z rn '' N o�rn D C m r 02 377170 m coco 2 --R3:: U) Z 2 71 m 0 0 CO z 2 z 2 CD mKU) W _ -i O mm rn A D �(�nN ,C7 ➢ND 70 A D 27 -I N� AO 0 �c c CD V) 0 Z A m A ANiN 1-79J S rn p0 z>< S W tmOO ZD O _',� F- as Z co CO r C S 0 O Z - 2 O mrm O N 71 70 X C) O C7 Eli 0 r N Z M Z rn- 2 N D -.1 Z Z m O r - O D O O C Z 71 0 27 m rn r- OD AO ➢cnm rn rnPT7OmK_ G7 r0r1 0_1 D O m m V) s A Dm 0 Z 0 OA ci) D r O O -I -I 213,0A02G7 Z-1 m p71A r GI D -1 0 2 ''< 'D Z A r A p z D O p m N O 21 m 70 { Z z m D f�11 pZ D r70T1 71 2 CN O S r m C Z m m 2 W D O c n m m r OZ m Z Or D N- p x m C Lan N O m 0 co rrt P' l (n A13 T 1 rNT 7 D Gm7 0 0 P 2 A 0 CO m= 0 0 0 D p r CD C7 A O Z O C zi rrT t rn Cr)Z T zZ Or..�'1'm rmE O➢O70077 rT1A 71Z'4z DO P W 71000 -1 D m N ➢ r 1-r133 =0 -I- > OZ rn zci) OCO Z=1 x rn zCm 0 7). W N 0 m m c�D r r O z A m cn fTTI D N C O U) ' pp C A 0 711 A O N Fl O O N r 7 95 -2< z O➢ co O O 2 y O D 5 n m II `� m r A r O Om N W m D 0 70 m D U) A p m 2 CO r<T "I W f n 0 m L O m C+7 W C W Ci.m 2' 2 70 co 2' CD7 m 307 -2'1 m O m - I rn Z m T W D m Fri x7-1 0 A O O 20 x-4 7' CI C7 f i m_4 !n c N N -I O Z rr1 P7 - Om C N -:2:1 2 - N -I z 71 N N A O c 0 Orn 0 2 0 D O 70 - in Di W r'Ni O r NON A /\ W rrGT1 r<r1 Ay gfOT1 U) ADO ACZ p0 -. =� TI OO co 70 m > O `2-Errrl 0 0 D DZD Z I Cz7 j� Amr'1-IZ 02 o4 r- m r�CO 27 D L` m z 0* A CO O 70 m j O I' 1 Di D r -1 O N m r W c n x m • r W c 7 O N N D fl Z O 957 rn Z A O 71 A o 2 p -I W S Z S C (n -i Z r `2 -01 O (_"1 m N C] S 0Z r .D A p ;O - 0 > A ZO NZ CD CO W C NAO2rn 00 0 m CD p _ rnA O co 2 CO CO CO NJ A-1[ CO 0 =� 027<m CO r- -iN 0 61 CO<D co T1 z TTor r 2' m S r➢ 70 70 S z r T l = A -1 S A m z co D r 2 0 0 m rn m rn D > D -1 z Z A D Z m m O T 0 D crn11 D g Opr rn Dr co zC7r U 2 r*1 (/1070 0 C-' co r 7>�1-1 0 X O O D: Do co N mO 21 CZm C CZ 0 70� r, -Its O O U) r O N -1 r r m E Z D Z\ A Ul > O -< O N 0 = z z Z C7 0 0 > m M x2-1 2 Z m CO p _•-• -1 C) O� N 71 71oN c71 jz0 C COrn ti= T1 0 Nm z m (n (nC O 0p KO O A �prZO 77 Z -1 -1 rn W O. 71 70 Z D 0• O Z D rn p O N o4 D -< - -1 0 m 27 rn A Z - 0 m m r Tl --II N r S `70 rn 2 712 rnm 0 - 70 71 A co r m �r� C7 In A 70 m 1 D-1 D c _ W m➢ m 0- 0- A W O m Cm7 r -1 A A I T I C 7 < N r R 2 C 'A W N CO1 z r 0 0 A_ O V) p rn m z D 21 2 C O 3C7 0 71 D (-- Wm Z 0 U7N N 30.7 A Dry V) D O r N .TmJ 0 rIl 71710 N D - OD 3> 70 m� 77 c pKOT- OD rn 'm r< 071 23 O Uzi CO 0 rr1 '1 G7 �cD7� r r -< 00 =0-01 `� C cn 95-1 D o mOmr� 2 N = 2 r T 1 Z - I D 0 177 -I z 2_ r m m S` O m➢ r m -2 p rC l 0 (n n -1 rn = O C= -j Z Z O (2'7 C D CO 2 _ m m rn S W rn - Co A A A r > m c D D O c = r_ OD C * 0 X- 0 m 2' 0 70 O O m m m N -Di c n z m Z U O p x+ 7 0- C 0 Zm A z ,1 Z -9 :0 T1 C Dm i0 X04 m 21 mrrnM 0 r m 0 m N co -< 5 m C C Z -1 iz U 0 n _1„ O O Z 0) r Z -< ri M(n r C7MZ -1 O N z 2'07 0 C0 N M00 0 D° 0 -1 Cr) A D U O W N - -'CD CO V 9) U A W N ffOD KKK O -4 - 0 0 0- 0 2 0 71 U) 0 r -1 C C C c O O cD D D y n- S D r 70 D m 7171 m 7171 mmm O 7>3> 7>7>7. r-I_4_4_4iz7� 71_4712 > co cPP.1U) ym 10 CO 7 on U A W N D 77 m TABLE A REINFORCEMENT TENSION LAPS AND EMBEDMENT fy = 60000 PSI, f'c = 3000 PS DNCRETE NOTES CONT'D IN UNSCHEDULED GRADE BEAMS, WALLS AND SLABS, DETAIL REINFORCING AS FOLLOWS: A. CONCRETE BEAMS TO BE POURED INTEGRAL WITH SLAB. B. SLAB ON GRADE SPLICES SHALL BE A MINIMUM OF 30 BAR DIAMETERS. C. CLASS A LAP BEAM TOP REINFORCING BARS AT MID SPAN. D. CLASS A LAP BEAM BOTTOM REINFORCING BARS AT THE SUPPORTS. E. PROVIDE CLASS B LAP AT OTHER LOCATION PENDING ENGINEER'S APPROVAL. F. PROVIDE STANDARD HOOKS IN TOP BARS AT CANTILEVER AND DISCONTINUOUS ENDS OF BEAMS, WALLS AND SLABS. G. PROVIDE CORNER BARS FOR ALL HORIZONTAL BARS AT THE INSIDE AND OUTSIDE FACES OF INTERSECTING BEAMS OR WALLS. CORNER BARS ARE NOT REQUIRED IF HORIZONTAL BARS ARE HOOKED. H. PROVIDE 2—#4 DIAGONAL BARS AT ALL SLAB RE—ENTRANT CORNERS PLACED UNDER THE TOP MAT OF STEEL. I. WELDING OF REINFORCING STEEL WILL NOT BE PERMITTED UNLESS SPECIFICALLY SHOWN ON DRAWINGS. SUBMIT PROPOSED MIX DESIGNS IN ACCORDANCE WITH ACI 301, CHAPTER 3.9. EACH PROPOSED MIX DESIGN SHALL BE ACCOMPANIED BY A RECORD OF PAST PERFORMANCE BASEL ON AT LEAST 30 CONSECUTIVE STRENGTH TESTS, OR BY THREE LABORATORY TRIAL MIXTURES WITH CONFIRMATION TESTS. xxgpE�rrn➢ zE Z rn M co -0-1I 73 O O O O O ED A=D Z.Zm100Et W OD OD W n A N Cm 0 M o r 37 U) Z Z Z DE r- 0)70 Z C7-1 O 0 27 "I -9 00 Om O -i N Z 0V 00 Z 0 2 70 r O 0 m x r N2rr1 rrn_, D mm mmA O -IN -m -- N_, �m Or S _<_<_<_<m4A 2071 rnm➢�2 CO 71O➢ND 710 mM- r zAmr� 00 COr r r r 0 m 73 m r D r W m W m m rn m- D .- C 7 D Z z O C CO Z co D (n -H D 2' 2D 7) 2 2 Z Z N 27 ➢ r 0 C7 O m m D C7. m D p m m p,) m A N 70 z W \ 00 1 1/4 _. \ 00 � 7/8 W \ A 5/8 \ N 3/8 UO_ co D A X xDQo r➢➢ Aim O O o O m 0 00 O OO OOrm�20 m W OD CO 00 COr9 C CO DADA rr W 2'002'02 m i n 0 c c co rn C 7 0 D C z c z z z z r Z Z m Z n m Z➢ ' -1 D O m C O �- O C 7 (7 D Sr- - 71< S S D D rn 70 ---1 2 70 rn < C- A S Z -2 r m D * Z O O m CO -2 A -1 CO Z 0 C (7 -1 70 m C 0 0 0 -1IV Z 0 :E. r Z -1 r r U) 2: m A AA z A mz00 p 2,i;SS co C7� m�OD C7 2 D m m A m c A 0 n1Z m0 A m rnm -n mx D c DOOR O Fri2 x 70 c n C r - I,-, -1 r A -1 0-- T I ➢ -I-I-I co rn 2 0 A 2 rr-1 r O z m N�c=N r=O 950x0-Nrrlp p�N ZrOZp � f-1 m A 0 co C D O D D D C 7 z N N N N PPI < D m A 2 -1 m m SVD) S r m m A m m `2 SS0 - A r mm -1 r- CO2=Ii)nrn OOOOrz m W �N'O (nrn� rn z **$* O fq 3 7 r D m A q q C) ZmW 0 . 7 81 72 W a OW) OD N CASE 1 CASE 2 CASE 1 CASE 2 TOP BAR OTHER BARS EMBEDMENT AND CLASS A LAP (IN) Z D C 7 p z -1 m \ C O m�mrr� zmAom O -n m�zWrm W 0 N z O m m \-r m O rn OZ yr m �m Z A� 2 CO O p 0 D� 2 2-0 m CO E z* r r'�7 0 m O m AN 70 mA 0 0 CD {A '-"I Z Z ZZ D • 7170-1 CD7 rrn-Z- m r CO O- 000 1D C) m -•= O co cc ��m70 N =CO c77rn� r W -<<m DAA CO N -- p q z = n> m Z rn DJ D � 2 N.z cp 0 Z CN CGI V OO m rn Z Z p Chi) coN2 ➢ S -1 �^ Co V -0 0(nC W Go m AmNm Z J �1f _. j 107 94 O) A 54 .p W W N ZZ -4OX 70 O cc mM ,y D m n 2 > Arnz m EF) or) 00 _,21210 D rf=-IA n AA CD CD mrrrlD0=DN o rO CO±0 r A 1D E5 cn rA0r1 Z O7 CNn 0 A 0 Z D 0 r 2 m 70 2 Z ) O O m A r r 2 Z m z CD r n 0 O D-, m 0 0 ( 71 0 C A- m N < 0 CO N m 0 Z OD 70 N 01 coA CA 04 28 N _ �I -Z1 M D m 0 M D IN m m O 001 co! -I N m O N D > D N O n -I C.)0 0 mm*40Pi MS 712' 71 rm r 3. m W Sp -r -I CO 00) z 0 0 2 2 0 A D S➢< z r m 0 - i -1 Z rn O r D D - rn 105 W CON -1 50 a cW.1 CP 0 0 0 0 0 0 0 ZD A A 70 = _o O A C 70 0 m O O m mmmSm 00 Z Z Z ������ rrrrr zz� 2 2 2 2 2 2 00 m m^) -^_ 0)0 -I -I D z mMOz O Zn -1 z -1712 BOG) U1z2m0➢D mG70�= < N m 0 ➢ D D 70 z3 n qmm 02'000 700 A G7 0 0 =- X 71 m m 707 VI < m r�T1 Irlfm A C-Iyrm7) y `20 = N O A 3Amm nn =al r7D rn D 3rn70 0) 0 0 D W CO CO W co 56 47 J W CASE 1 CASE 2 CASE 1 CASE 2 TOP BAR OTHER BARS CLASS B LAP (IN) rn -' cn c r rn z co 0 1 »0-1AC —I0 O Z O 000000 ZZ z �_����� rrrrr rAT1 D A��I=T120Zo D Sm a m m- m C C Z OCD D m➢ D D 0 0 0 0 0 O Z Z Z S S S S S S C] C1 T TI N N - z N m C A -1 rn m mZm-4 -1K-I CD Z001)C r *Z zzz z rn LO 00 00 0 pA D C7 r n co z m 1.,717 r1 mTAm 0 1y Z 0 0 -p --O C E 20-rn 007 C7 C7 O O S 0 S <m N 0 0 2'p ➢-I�Sm z zr O V) V 1 rn Z Z N D A= m 0 m corn - n A A co O1 177 157 f ' N CO ? 74 56 A N Z Z O O - 7 A r C 2 D Z 'A m m rn rn ? 1 ? 1 S "-- 200q Fn r -1z O D c -0 0-m p m m -4 A r �� p z AM r C rn m m O O O Z O Z A\T1 m .74 0 CD V) C7 m m 2' 21 T -1 Z m m Orn CO z rr- S7:595 z 20 C7 D D `0 z z y R I'-1- O O W N- r D r 02 y 2 2'- 70 0 C7 m D Z 0 O m D Z C7 z Z \ r 2 D= m A 31 m 5 ZrOn� D 70 p r0 D<r mm m m -I r O mu) 0 A m m7122 O D r0T1 m r D c z r m 0 -I S 95 2 ➢ o - N A C7 0 70 x CO � Z7 D 0 UD Z m m Om N O 111 O O OA 0 0 2 S o c0 CO 72 63 A W W O 29 N N Xi 27 95 0 71 70 0 C7 NO N m Z A T = m -• = 0 C Z (70h m -1 m- rn A m m r r D CO 0 70 71 2 z -Im 0 r Z -I -< -1 Z m m W m 2' 1n D m `(cc.r 0 m N 71 Z D= A m ti 70 Z AN W Am➢A rm 2'2 -I -2 rr1 A 0 A p N m rn f O A 01 ? CP A A W W N - 0 0 Z ---j 0 r--) S * * * * * < c -m-I-i-1-I-I- -H U) CO CO U) U) co VI CO co co 3770 2727 737272XI m Q R:,S m\\ m z Sec 70 0 0 0 0 -C -I-1 N CIC 71- 2 71 M m m m mm D m m 0 A O W mz *N0 �O➢-I n�~� GOzmo Orn CO 2 ➢>0 * * * * * < C -1 M -4--1-1-4� LO CO U)V)cn U)cn U)U)U) 373770 27037 270 mm -20l r ASSO A z m O D m m-0-170'7-1 K7'__.7",-,-1-"-CM -,__71 crr-Po 0OC O2m'I Dpi ,m m -1 mz p rn C7 N 2'0 N r K OO Nr 70co D ti� CU) CmA CA O I rn m C D 0000^ m2' p m A O 71 COO'' cnV) z 71 A 70 OC7- r co ZOrrC71mm71v 7022 Zrmi)mrn z -\ Z 00 z 70*U)C) C70 NN \ �1 fT1 16nr0r1 V z A O -1 00 m r m z > -1 N v) O C \ m mZ n"I -4 rr0 On -1 m 2301 Z2 m m -1 0 p 27 Z m 0 2 -1271/ m W CD M m r m m 7170 O 23 A 2 -1C7 O K C7 m 711 > M -I A O > > Z N 0 71 Z RAFTER TIES TO RAFTERS, FACE ROOF RAFTERS TO RIDGE, VALLEY OR HIP RAFTERS: TOE NAIL FACE NAIL 2" PLANKS BUILT—UP GIRDERS AND BEAMS, 2" LUMBER LAYERS BUILT—UP CORNER STUDS WIDER THAN 1" x 8" SHEATHING TO EACH BEARING, FACE NAIL 1" x 8" SHEATHING TO EACH BEARING, FACE NAIL 1" x 6" SHEATHING TO EACH BEARING, FACE NAIL 1" BRACE TO EACH STUD AND PLATE, FACE NAIL RAFTER TO PLATE, TOE NAIL CEILING JOIST TO PARALLEL RAFTERS, FACE NAIL CEILING JOIST, LAPS OVER PARTITIONS, FACE NAIL CONTINUOUS HEADER TO STUD, TOE NAIL CEILING JOIST TO TOP PLATE, TOE NAIL CONTINUED HEADER, TWO PIECES BUILT—UP HEADER, TWO PIECES WITH 1/2" SPACER TOP PLATES, LAPS AT CORNERS AND INTERSECTIONS, FACE NAIL RIM JOIST TO TOP PLATE, TOE NAIL BLOCKING BETWEEN JOISTS OR RAFTERS TO TOP PLATE, TOE NAIL DOUBLE TOP PLATE, MIN. 24" OFFSET OF END JOINTS, FACE NAIL IN LAPPED AREA SOLE PLATE TO JOIST OR BLOCKING AT BRACED WALL PANELS DOUBLE STUD, FACE NAIL STUD TO SOLE PLATE, TOE NAIL STUD TO SOLE PLATE, TOE NAIL TOP OR SOLE PLATE TO STUD, END NAIL SOLE PLATE TO JOIST OR BLOCKING, FACE NAIL 2" SUBFLOOR TO JOIST OR GIRDER, BLIND AND FACE NAIL 1" X 6" SUBFLOOR OR LESS TO EACH JOIST, FACE NAIL JOIST TO SILL OR GIRDER, TOE NAIL DESCRIPTION OF BUILDING ELEMENTS MINIMUM NAILING SCHEDULI CA d W A 01 CP as N I 701 a O CL PO 3-8d 4 STAPLES, 1 3/ 2 — 8d 3 STAPLES, 1 3/ 2 — 8d 2 STAPLES, 1 3/ 2 — 8d 2 STAPLES, 1 3/ N 1 - 0) a W 1 - o a W I 0 a ,P I d W 1 d cp 12 6) 0- N - o a a W 1 W a CO -` o_ W i -' d PO 3 — 8d OR 2 — 3 — 8d OR 2 — N -5 rn a T 0- IV 0) a 2 — 8d 2 STAPLES, 1 3/ 3 — 8d NUMBER AND TYPE OF FASTENER CIVIL* STRUCTURAL* MARIP TOPOGRAPHIC SURVEYIN TBPE FIRM No. F-12240 PHONE: 361-946-4848 EMAIL: ram@munozengrg.com 3810 ANDREA LN CORPUS CHRISTI, TX, 78414 ME MUNOZ ENGINEERINI C0 CL a - m FT EACH BEARING NAIL EACH LAYER AS FOLLOW: 32" OC AT TOP & BOTTOM STAGGERED. TWO NAILS AT ENDS & AT EACH SPLICE 16" OC ALONG EACH EDGE r 16" OC ALONG EACH EDGE 0 I I 1 0) o 0 L 24" 00 16" OC SPACING OF FASTENERS REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 019 of 027 RECORD DRAWING NO. CP -208 CITY PROJECT # E14005 COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARKiiilii615 (BOND 2012) N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 L. Ilk architects & associates F: 361.884.3298 g,`���>,Zt 03/04/16 r *S�PSE OF Tgiti RAMIRO MUNOZ 111 0 ,73. 100346 il A..=��� b sac u RAMIRO MUNOZ III, P. N0. 100346 CONSULTANT'S SHEET S1.0 MEW - v.. i CITY of CORPUS CHRISTI TEXAS Department of Engineering Services STRUCTURAL NOTES I www.clkarch.com ALL WALLS — 3UUI1-ItKN TLLLUW VINL NU.Z UK 3IUU U1<ALIL kMINJ PRONE AREAS. ALL RAFTERS - SOUTHERN YELLOW PINE NO.2 (MIN) INSTALLATION IN HIGH WIND PRONE AREAS. HEADERS SOUTHERN YELLOW PINE N0.2 (MIN) 2. ALL CUSTOM BUILT DOORS AND WINDOWS MUST BE TESTED BY A CERTIFIED TESTING FACILITY AS APPROVED BY THE TDI PRIOR TO RECEIVING ANY CERTIFICATION. TOP PLATE - SOUTHERN YELLOW PINE N0.2 (MIN) 3. CONFORMANCE WITH TEXAS DEPARTMENT OF INSURANCE (TDI) -PRODUCT EVALUATIONS, MIAMI-DADE SOLE PLATE - SOUTHERN YELLOW PINE N0.2 (TREATED) (MIN) COUNTY -PRODUCT APPROVALS OR FLORIDA BUILDING -PRODUCT APPROVAL IS REQUIRED FOR ROOFING MISC. BRACING - SOUTHERN YELLOW PINE N0.2 (MIN) SYSTEM, ALL PLYWOOD SHALL MINIMUM BE C -C PLUGGED, STRUCTURAL SHEATHING, EXPOSURE I 4. THE ENGINEER OF RECORD SHALL BE NOTIFIED TO OBSERVE THE INITIAL INSTALLATION OF ALL THE 21. ALL FRAMING EXPOSED TO WEATHER OR IN CONTACT WITH CONCRETE OR MASONRY SHALL BE ASSEMBLIES INVOLVING THE BUILDING ENVELOPE OR ELEMENTS RESISTING WIND PRESSURES. TREATED. 5. ROOF TOP EQUIPMENT, FANS, VENTS, CURBS AND FLASHING SHALL BE SECURED TO STRUCTURE AND RESIST 22. FOR ALL EXTERIOR WALL STUD CONNECTIONS TO 2x SOLE PLATE USE SIMPSON STRONG -TIE SP1. THE DESIGN PRESSURES PROVIDED. SUBMITTALS SHOWING ATTACHMENT SHALL BE SEALED BY A TEXAS 23. FOR ALL EXTERIOR WALL STUD CONNECTIONS TO 2X DOUBLE TOP PLATE USE SIMPSON LICENSED PROFESSIONAL ENGINEER. SUBMITTALS SHALL CLEARLY INDICATE WIND PRESSURE USED AND STRONG -TIE SP2. PROVIDE ADEQUATE DETAILS AND INFORMATION OF ATTACHMENT TO STRUCTURE OR FRAMING. 24. ALL PLATES, ANCHORS, NAILS, BOLTS, NUTS, WASHERS AND OTHER HARDWARE EXPOSED TO 6. THE TESTING LAB SHALL PROVIDE TESTING AND INSPECTION SERVICES FOR ALL ITEMS LISTED IN CHAPTER 17 WEATHER SHALL BE HOT DIP GALVANIZED. OF THE 2009 INTERNATIONAL BUILDING CODE. RE -INSPECT AS REQUIRED UNTIL ALL ITEMS PASS INSPECTION. 25. ALL EXTERIOR WALLS SHALL HAVE SIMPSON STRONG -TIE HTT5 ANCHOR AT EACH CORNER, UNO. WRITTEN REPORTS SHALL BE SUBMITTED TO THE ENGINEER 26. ALL INTERIOR SHEARWALLS ARE TO BE ANCHORED AS SHOWN ON SHEARWALL PLAN. 7. INSPECTION(S): 27. ROOF TRUSS SHALL BE STRAPPED USING SIMPSON STRONG TIE H1OA (TYP)(UNO) OR AS • FOUNDATION REINFORCEMENT (100% COMPLETE) DETERMINED BY TRUSS MANUFACTURER. • COLUMN REINFORCEMENT (100% COMPLETE) 28. ALL RAFTER HURRICANE STRAPS SHALL BE SIMPSON STRONG TIE H2.5A (TYP)(UNO). • ROUGH FRAMING (50% & 100% COMPLETE) 29. ALL HANGERS, STRAPS, CLIPS AND TIE DOWNS SHALL BE SIMPSON STRONG TIES UNLESS • ROOF SHEATHING (50% & 100% COMPLETE) APPROVED OTHERWISE. • ROOFING UNDERLAYMENT (50% & 100% COMPLETE) • ROOF COVERING (50% & 100% COMPLETE) STRUCTURAL STEEL NOTES ANY RE -INSPECTIONS WILL BE BILLED TO THE CONTRACTOR AT A RATE OF $450.00 PER INSPECTION. 1. ALL HOT ROLLED STEEL SHALL CONFORM TO ASTM A6. 2. ASTM SPECIFICATION AND GRADES SHALL BE CLEARLY MARKED ON EACH MEMBER. 3. ALL FABRICATION AND CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE AISC "MANUAL OF STEEL CONSTRUCTION", LATEST EDITION. 4. ALL STRUCTURAL STEEL DETAILS AND CONNECTIONS SHALL CONFORM TO THE AISC "CODE OF STANDARD PRACTICE FOR STEEL BUILDINGS AND BRIDGES". NET UP 1 Ikil rcf kintrn nTI irnwirr CTrrl urunrnc CI IA I 1 nr. LIFT & WALL PRESSURE DIS NET WIND UPLIFT PRESSURES "COMPONENTS & LADDING" (BASED ON 10 SQ FT PER ASCE 7-05) W N N Z WALL WALL ZN 5 WALL ZONE 4 ZN 5 W NJ ZONE 2 W z WALL WALL ZN 5 WALL ZONE 4 ZN 5 POUNDS PER SQUARE (PSF) TRACTOR TO ADJUST ZONE LOCATIONS BASED FINAL BUILDING SIZE AND VERIFY WITH JCTURAL ENGINEER FOR APPROVAL PRIOR TO ALLATION. NER WALL ZONE 5 & ROOF ZONE 3 DIMENSIOP = 6'-0" m ZONE 2 ZONE 1 ZONE 2 60 PSF 35 PSF NET UPLIFT wz ZONE 2 wz (0 w z (RIDGE) ZONE 2 w z 0 N -n ZONE 2 ZONE 1 ZONE 2 c,,z ZONE 2 c,Jz y 6 DO D [jN5jLL 1 WALLZONE4 ZNL5 CIVIL* STRUCTURAL* MARINE TOPOGRAPHIC SURVEYING TBPE FIRM No. F-12240 PHONE: 361-946-4848 EMAIL: ram@munozengrg.com 3810 ANDREA LN CORPUS CHRISTI, TX. 78414 ME MUNOZ ENGINEERING REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 020 of 027 RECORD DRAWING NO. CP -208 CITY PROJECT# E14005 COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) —C :r.rrr• CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 L L architects & associates F: 361.884.3298 stit":"`lILl 03 04 16 SSrP�tOFTF,rN1++,/ / ' * .. • jr -. *it, j*: /\ `it? RAMIRO MUNOZ III 00110 �; . 100346 i ,1Ie... /CENSS, -- $"s ..? otia0 _ kisa RAMIRO MUNOZ III, P. NO. 100346 CONSULTANT'S SHEET NO. S1.1 STRUCTURAL NOTES 11 www.clkarch.com 60'-0" 2'-0" r -r (5) EQ SPA ® 8'-0" OC = 40'-0" a.— 7'-9 1/2" 8'-3" r rr 2'-O" n r C) o r R- co UD 49 49 43 _ O r O o r fC co N O r O O r is co v) 8x2.5C12 in. n r C7 O r R. co IF) -63 N /An> CL EXIST COLS I o a _ rsrn-1 m00r \ Z Z Z O D _/ 1 O _ N N D O / w _ O r O Z m O C O m m xi r> ® 'moo c nD m Nn ._ 0 0o �o �o �o �o �z SCALE: 1/4" = 1' y A rnm r �� .11.,E �x 6 , AL� PILEAVER THIS / 4Dr1T S ao O tal m -1 C x _ z NJ— —1 u) o r fill) o -om z N r a z - - - CL EXIST COLS ` N I \ oa Fsoy FFF S7 s 7 sT ccococ -13 o o o z v -n cn FF S7 o 0 C rinm�_1v 12'-4 5/8" (*) FFct AT ". coy co,, -ANN-ix D r a rnn 0 rn D00O aX 7c n (n -0 O O O 2 0 (/, rn r HWO m 71 N co rn rn ;N0 m 8'-1 3/4" (*) ,. r Y. n IN r C Z ® m x o o r O �. o , 1 ® cim D r m r 1 4s II C a A • - 1 �-, oz ii m /_, /� ./7I , f fO ' 1. : 1 i � a , 0 m N N = c:0cn W!vf 2 la ^' `. i rn 0 30orno rn ou xccccom -i - j N C gziDZi�Oc_ir co co pCr f m Z 7CZ7 0m<ZO� 4 A-0lc X 0 0 n' o c zi a° 0> O 0 c cn - —1 -< 0 0 O : j rn -lm X10-1-Ornrn Elm O Cm m ;'� O xi -'�So�OCn�tnD r ... :'� 'D <O 0Rc-+-IC7 0 m V1 0 COr f ZCma oT Or�i��A�c�z� O m 2D p O c m �/ N Z00 OO„�;Om WD2cn / pDm. -^zrm0p�D� a E75z Oz cOornn D A m r -o r m N� z S r Dr O mA O0O_O� r�o D x0 A�o z O ri- W �M Fn Czi -�' _D��o z mm n- m zc� -, oc- O O� O /m� Y/ CIVIL* STRUCTURAL* MARINE TOPOGRAPHIC SURVEYING TBPE FIRM No. F-12240 PHONE: 361-946-4848 EMAIL: ram@munozengrg.com 3810 ANDREA LN CORPUS CHRISTI, TX. 78414 ME MUNOZ ENGINEERING O mr< z co 0 D-< � = m O o m r roZrn Z O rr-- O O c 70D mzi000 F-- mpA' `{ c m z z p n CO O O z0 z MOT 0 mN 0 2 m0 y cI- GKCn z m 0 zm mFb o O Z V1 V1 co ,c N to rn zA Om1 p oo rn a m m- -1 O A Z m 0 m > m m z D �� m z REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 021 of 027 RECORD DRAWING NO. CP -208 CITY PROJECT# E14005 COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) . C :r.rrra CITY of CORPUS CHRISTI TEXASwww.clkarch.com Department of Engineering Services 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 L. \ T: 361.884.3295 architects & associates F: 361.884.3298 ,0"`lLl 03 04/16 SSP-st OF TEA -me,/ /*... jr -.# • RAMIRO MUNOZ III e �; . 100346 r ,it- Fs /CENSt -4`'`: e?ottao _ kt, RAMIRO MUNOZ III, P. N0. 100346 CONSULTANT'S SHEET NO. S2.0 PAVILION STEEL FRAMING PLAN & ELEVATION p 4'-8" 25'-O" 0 u -a v r ¶r^ L. 4\ X X7:8 � �A O x W sN_ '9 r r 1'-2" J 2'-6" 1'-O" MAX 2X 70 O x - 3" CLR/ �" #4012" OC 3" 3" 11 I • , (TYP) TIES EXIST CO J 0 1" NON -SHRINK Pr a CROUT .... ILE z N 00 70 gN Vl 23 a -0 — — a,./ N m o /Zo;m El) 6 ® 4" g" 4" , ti;Ar C v i- off; 088-0 z�mc� M -I 71 m�-v D ��, 2'-4 1/2" 2'-4 1/2" II cnmz EIMIoma ZEN m°pcx., ��'o v \ ////�/\� r G7 \ -I N Z OD M rn 0 ,_- D 0 C x 0 ��m v m cot0 tn XI p m n0 c vom o�0 .� r G7 '+r 18 MIN \ 210 - -0 0 z 0 \ • • /L I C1 �, N O ' 00 I- Om yr I"?.. I // /\ } X N\ / _/ O LAP N I D n co 0 m -1 _ / • ilk/��� _ I I N _ 0 m xi v p, • \ mp • • • I * ®P1 Cn / / eilk N) -It r*Thi 8 [75 •_ 1 • j\� z r DN N �r--_—� I Cw N -1C // D �� • _ !n a //j\ l • \11/\\\ \. D A 1 p Z N o ' // / �/\R' r I N n r z N ' EXIST COL lis' vn /\\ \\/\\/ mD m� Ot �L N 42. s J r -13 \ s C') z C') Z r m N = ir2 -0 73 [" ) • \I Ai ��D,\ rn m cWO p m o C) 73 0 \/0 2� / \/mor < A A m r m in m pi r. x, v) xi DA xo o n -. ,/// ° m - 0 m rn 0 0 m R. 8 1/2" / N=° " I SCALE: 1/2" = 1-0" 0-1 \\/ A vc o� m my D v. \\ rn i w N m (NP) 0 v x (7 O 0 v c v z ..N Re -I �O y r o MI O 0 r mn 0 0 0z 411 O0 O yD m ti Sb rm �D m 4, D m 0 car �- W X r-7:3 m N O\ G 0 r 111 0 CO TN mm 00 v rZ �O o 0 Z 0 80 D r 7.1 0a 111 A I 11 Iy iii CO I c rn G) w (n 0m I - v r • • t iJ�! r m , 0 r N ! o W 4.I - 11 r a JAN � OO x _, 0 O It . W. `� N) .T1 1-70 m ra 1 r C -0 Z O vii CIVIL* STRUCTURAL* MARINE TOPOGRAPHIC SURVEYING TBPE FIRM No. F-12240 PHONE: 361-946-4848 EMAIL: ram@munozengrg.com 3810 ANDREA LN CORPUS CHRISTI, TX. 78414 ME MUNOZ ENGINEERING REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 022 of 027 RECORD DRAWING NO. CP -208 CITY PROJECT# E14005 COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) . _ ,,,,o • CITY of CORPUS CHRISTI TEXASwww.clkarch.com Department of Engineeri• ng Services 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 L. \ T: 361.884.3295 architects & associates F: 361.884.3298 ,,,„10P-st �"`lIL 03/04/16 SSCOF TEA -04 /me, / '*... jr -.# • RAMIRO MUNOZ III e �;. 100346 r ,'1c?,,.. .e. ��CENS�� -��`r e?ottao _ kt, RAMIRO MUNOZ III, P. N0. 100346 CONSULTANT'S SHEET NO. S2.1 PAVILION STEEL FRAMING DETAILS 15'-0" N N 7-6" 7'-6" m o CO 0p 0 r \ \\\ *U 0 O ®0 N mA III 0 o)o g Z rn -7,c,,0 M� ICI Xy n2 1 N m Z- my 0 Z rn 0 4�p o n z O cn r A n o a m A 0 m D Ir 03 m rn0 z R°p n o r mo A n 0 = m r D Ir 0 m Z 0 y o m v \ • f ®I� I— z CJ I— \\\\ I I //\/, W I/ °0 L &L OLDESTAL, AAAA n m o ®d 0 › rT.1 II m . dm Z xi to O tM O A / / \ � e - a CL FOUNDATION w a_ nc Z A \//\\// 0 \ //\//\ m !\\\\ • 0 0 0 Z l \ \ / FOR �S (TYP) v I_ A m / // ---M. 0 ) 0 /1-- CJ _ CL PEDESTAL \ �// /� I \n I 1 oo Q lin mll =,D \/\/ -i / /\ \ -0 ��v ASS SSD+ a %/, .>/ <I) -S\ CJ 1 r Z -n , 1 O n : // _ i Z -m z / \///�I SAA/AA/AA/� //// v, 1'-4" 2'-11" » // / \ co \// -.- - #3®12" "/ 3 4'-0" 2'-6" 21-6" 0 3" CLR �" czi roi -o c, - Q 0 0 r rn C. m°rx D ®1D CD 0 ill (TYP) A r 70 y TIES LAP SPLICE Fm o „co Fm O r� I— ��og =ON.x 1'-0" m O w � N W _, m cn o 000 Z z rn "- x x N 11 — Z ,� Zo \ /�j' • m r rn N m ' g" 3" 1 N w o A to 2 111) w Nv -1 i�I -D o \ CL FTG & I. o w z ' oma' o o �' m go // P D PEDESTAL Z _ . . .. i Z �E'ooo A -1 N 0ko 0 m z o / m -Zm7 W A o a // �. \• • I 1 I N om to CO CA 2 r A A O / Q • D rn -_ /\ >>r I Im7 in D Xi N 0 0 00 A /� Ili0A 0 mi `r -1 ON A co w o { m CD /� W �\ OC /'< A= N \0 ZrO r•� �� Z ��' ,e -k ""I�rn 0 Z C7O 0 ZC 00 rP*10 C7 O O 00 r D� r Z oncizr r Z\0 N 0 - Z �'��,„�,�r WOWS D mRc 0' 0 miO Z 8'-0" 11-0" 2'-4" a3" - 3" m m A 33° — r MD up D r m O 12" LAP z I . . . 4'-0" * .P N f 3" 3" " „ " A ' 0) A II iv' 0 (3) #4 TIE SETS A = 0 m m I'' • + • / }, "' EQ SPA m A rn-1 2" �o QN �_ Z a �m Nzk -IsAn co ..i A N* �+ Co >m ;. o Fnw OA -Z-I_ 0 N gi O Fri1-11 o a m a ® D ��o rn0 col 700 A 0 C W O r Z • • • • \ Q •• N �- o 10111%I + O E > CAZ 5 o N �r �[ SCALE: 3/4" = 1'-0" O J ct C _ • • • • � � rrnn w ; Z , A m y X co v > � CO ✓ ® z= 00 �� A� as � ✓ z_ Wo " 0 2'-2" � ao v � O 0 nm Mrn o Z0 \ ' "' Ao % COw " 2-6 � �o rn m mZ i 11 Z 3" 4,1D v O / Ifin Pi //\\\ r C _ y o anaL N_ �• •• z No I o m m No w O 1 Xs ao `<�\/�r 11 z o- — — 8'-0" 3'-4" CIVIL* STRUCTURAL* MARINE TOPOGRAPHIC SURVEYING TBPE FIRM No. F-12240 PHONE: 361-946-4848 EMAIL: ram@munozengrg.com 3810 ANDREA LN CORPUS CHRISTI, TX. 78414 ME MUNOZ ENGINEERING 0 = v 11'-4" r rn cOm Z CO a 0 0 -1 CO 0 0 0 0 0 2 m Z REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 023 of 027 RECORD DRAWING NO. CP -208 CITY PROJECT# E14005 COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) .C .r• :r CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 L. \ T: 361.884.3295 architects & associates F: 361.884.3298 .1"S"`<<Z 0 3 04 1 6 SP-st OF TFt�te -/ / to r* jr ♦ • 00 RAMIRO MUNOZ III e �; . 100346 r 9.-i,;;..... it-Fs /CENSt -4`'`r e? OULLO _ ItizTh RAMIRO MUNOZ III, P. N0. 100346 CONSULTANT'S SHEET NO. S2.2 SHADE STRUCTURE FOUNDATION PLAN & DETAILS (ADD ALT NO.2) www.clkarch.com 17'-8" 1'-4" 15'-0" 1'-4" 15'-0" SO O r o O Z o Na 0 r o O z O y — 0 N r O r 7 n n 1 V 11 I_ I I 11C-11 l CL CONC COL ' IT 1 • io i�\ ` \�0 Bim, — W I N W c� �� cy � D N I N rTl c 23 a c 1 co a J -s c m W W W W xi CT N � O Z I O _ W N X N N 1 a�' N �� Na m I O5 I N II /� �`R/] C4IID � a N II Z M 1O 0 W co W �. A III o C) / ICI ,.�8 o ;%%t 0\ r0 ®O W ,- 0 / 1 �\.�\\\ a _o r p 0 ,. �9 II,, ` \\\ \\ \\\,�\ Z z G7 \ u'� II� II I CL CONC COL CJ , 11111 1111r`3_ \..b ti / II II I�� Q41L �- a /• � A\ , O - --1141L N __�_ _ S C''6 91 ♦ R. CJ (11110Am O 73 'C Z Or 0➢�O\0 oo: n p Z co R a F1Cr m 0 oo`" 1 m-Im m0 .__. m IT1 z a N s 4 z m r z o x Y \ `o�L \ �- a o 0 x Znx O => x Z m N N w �0 z s o O o ®oo �� 11'-4" \ 8' -Ow N ` a 0 p l 8'-0" -'® 2'-2" J /�< (it, N ,‹ . 0 I /I_ IND CP -P 8 _ I o Fr) _ O /p . ' �I� -o I r" --C. L SECTION A 0 o8 4ID Z I xc..) n 0 W 0 Z (fl x 2" O ii O o N ^'_ I o z 0 3 -4" n rn o r m c �xm m 0 Zc'' Z R" W c:=..-`\� x N N N D m II r rnz 1� m f � O N p O Z — O x ® N N a //�%// \\/\\/ \/ \\% /\ `O r O O rn N x v 4 -D m .._. xi W D` W _'on a O z N xs 8 NI X a0 O U) Z Na M D xa I= N 0 T) a N* Ja®o®z 1" 6a n O c-) 0 0 0 N O Z N rn �� r c O Re Z Z➢ O F rn s 0 0 n co W rn ja N Z 00 �--I :1 N 0 R" W / > n Oo pal 4 z 0 r M N m j% ;NA/ • (7 rt.' a Am P r 0 z 0 a a . , II r- collilll I _ m 00 A /j\/ • ^; v o \/ o �jj/ 3. II Z/\ ��/�\ •• /\ " Z x' 0 0 /�j 11-4 oa0� .�. \/\ • Dz� yC0�cN OD O o m0 ti mZ� O� ND yy j\ \/� 2'-6"r �Zo* �A �No-i� O R°D -Ni Re Vi -D 1 7��n cNil x' O O z r z Z V) Z O V7 Z 1 .Tx] VI 1 fm"' N O O ."1 p N.) V1I CI CO CP1' im-1 i7Z IrmZOrn=Zm/\//`y/ 0-I IV x° N0 ®C p1 0 r- Re 73 \p �i moa CO rn z0 ® o /\// 1'-7" \ \\\ � / G� G7—I II — 0 0 \\ 0 \%/ I I �_ . 1 11 1��_IIIA D r- 1111 -� IIIII-I I I I -I 11 I I� o Z I0 m Z/%//— lir:1 e .J� i I Il ! ii 1 ! ii I Iil I ' il _ �IIa �HII NJ L : ►� Iz I III I III I III I I III I I III I _ .IHI ._. II c� nt s ■ �■ � ■ i � ■ i � ■ � m u u GO ill ■ ,/\\/,,... rn L �l �ii��ii��ii��il� m 1 SII ._ �III111111111111I1I11i• I I I I I I I I _ I I_\�/ m :IVIL• STRUCTURAL• MARINE TOPOGRAPHIC SURVEYING TBPE FIRM No. F-12240 PHONE: 361-946-4848 EMAIL: ram©munozengrg.com 3810 ANDREA LN CORPUS CHRISTI. TX, 78414 MUNOZ ENGINEERING 0 '1\ O o P"---(4:: 1 A Z__, �� / / ZN Vl z ZN t N0 1 N Z "x'' w ��73 � S -O -a 1 N xa 0 s to O z ZD 'O N r 0 1 > in G7 O z Q �xP Dpi �O' �i a a fOrl s .� ' p C') -I 73 -I -I Z O \ O \ O -0-0I 7:1 1* U' * Cr \ 0 \ O N 0 N _ r" D A \ 8 \ pco N *O N_ 0 O \O a Nico N O 1 N N O C7 p O cn 0 O C C C N C N w REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 024 of 027 RECORD DRAWING NO. CP -208 CITY PROJECT# E14005 COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) .— :r. o CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 L. \ T: 361.884.3295 architects & associates F: 361.884.3298 .1"1"1:11":`litl 03/04/16 TF104 /1+ / a * i r ♦ if RAMIRO MUNOZ III ..-0; 100346 4Fs icEtds�� W. RAMIRO MUNOZ III, P. N6. 100346 CONSULTANT'S SHEET NO. S2.3 SHADE STRUCTURE FRAMING PLAN, SECTIONS & DETAILS www.clkarch.com Mar 04, 2016 - 6:36pm 14134_E1.dwg 4s (.4 2 OHP OHP OHP 4 OHP OHP OHP OHP N O Jr f1 / / 0 117 si P1 v � 00502A comzr0 r r D N N O cf.) DmgCrZn 1 Z.4pm� -Tim I-0 rn mr a0Om-I I m-M(n 0 ((J1t I cz mg 0mD 1r�vD mco c) cn r- 1 r < N ITI r0 D 1 0m -I Amcn-013 \\,...........„,::N:\ 1 0 I M r- O Z D O O D N m D am++CZ WI Ix m'c wrl73 0r ZrCAtoc -I AA mzW23rn2 7 Onm I cncIi)r- Nrr>=CIZm O0zozano� 71 M D D r O O62 OHP e dHO 0 dHO 4 OHP OHP -nm m g 1 4krip m(n-0 civ cn23 0o N ii ?I O o zo m� �< =DX< CC< O< zm ° r0Wm mem cpm XM m c I m 200 ZrZ X = oX c O mM (n --' o - mm I ^ N m0 D OC 0 >r°r Z �� -,73 z(r,) 0r 0O (n= zm oz m z 00 'gym ClD o 00 lo rM -1< 2r -I -r -I `LO �0 0< %OMI D o mrrO oxi r0 D OO M m� DD<= 0m -0- '1)=1 m= .�1 C I N TW Irt mZ 17* C CD -A I ON 7) »0 com ON (� oN j0 DA Z"'1 D m (nm m= Z I tr r m m v* o Za -nC �z r z- D�J2 D N r N4Z O r rmn DI Z CCD z D > Ilt :S310N AB I WALDRON ROAD c) " in o 9 P D zD Cu�*,1 D DD H0 pm0 0=0200 Or -1D r Z A0Z 0mODZz 00 0r r0 m -I Dye =m0om�• �O D O m0 PD Zz my*Z Z mr rZ 00 -< ODZD00 wcc mg 0cc 0 oro 00m-�w0 O(n Dr -0w (1) O�(n �wZZf=TI D -I , 0D �1D D z -1D �OO=*HD 2 rr ZO C7 mr r rCr o rAmr � 21co O z 0 i0 rx` Nm m -m O mc m-1- SO;2 co O� _ (n m6W *o C> �� OmK�w� A m Z DO r mm r 0 �- -cr NAmmCDr O N D Z W r t D m 0 m ��D m-IZm_o -00 A O w0 = V)ZA ODZ(! ZO1� -0Z _ C� !n coca AZO mm cox _m 0 cor) Z D Z D i m 0�> 0 0 0 >D z (n O Dm 0 A Wm C7 GSM O -i 0001z O R -KM M g 0 00 Zw CD arrl zDZD 2 N r NW = 0r Zwro2O 2 c n m 0 -1 C7 gt0 0 0< m x n x m o m -!— Z 0 zw r A O -1 �Z Z rr (1) 0 ci) 0 (� n r P1 I I 03 0 1 o+ O 6/18/2015 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION # 103108d d1I0 'ON m a O cm 9NIMtS0 0800321 COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) ELECTRICAL SITE PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com ON 133HS S,1NV.17ASN00 Mar 04, 2016 — 6:36pm 14134_E1.dwg -s W 0 Ce) 00 0 0 0 0 6/18/2015 REVISION NO. DATE BY 1 0 OM <0 MM0 EXISTING JUNCTION BOX. PROVIDE NEW BLANK 0023 cnoz 0 m X O K cc cm0 ma c om m cz p rMZ m 0 oOm m2 mi qr M9 O = r 0 .1m m =x r m-1 M2 z O _ 00 2 M-1 mm oc 2 m T1 0 0 m '113001OHd 0 C "ma cm m ox w Z � co 0 s 0 0 MC Z� ici Z z Pm N s :3310N A3N c> m m Zr Or rMn r O ZZ mr We m* oR (� mw ITt r _r zo rr 710 Z m -n gm g0 =c m� Xm Ma >0 MOMZ > COI; r rm m� 2 2 D SNOIlVal3N3d HOO1d ONV c r ALL WORK SHALL COMPLY NEC 2011 AND LOCAL CODES. o 9 m >r l0 O Mr 0Z ro M-10 ro -ni oc o mw mm Zr 0 W nm c> mw -1A OD w O c O▪ D OM 0 Z w nW m z z 0 COORDINATE HIS WORK WITH OTHER 0 0 D i 0 00-10.00 Ano m0 DZ0 (PO?Dm-D- 2Opm00Z o{Zbn o�• A Z�•0-1 x 9R� Acmnzzm-Di Z7JD -1A DO=r rcr �n rXr^r 0 X� mCX �cn0mDW20 OMS cn— 0 Ari Zr>C=1 n0> cnXmma Mmr D 23 0-4 Z m O N00 ZDZ0ZK tn1 H <0mmZ Zm 020X06 n KZ Inc orOm(n ll M n Z> Z Z nr z,>z00 710 0 Vl O Om 0M 0 DC m 0 z7) z z -.<73 cn 0 - 0 —1r 0 m m D z 0 (f) NO— ,T = tt/T :31kOS c DESCRIPTION REVISION NO. DATE BY # 103fONd ADO m 0 0 0 N co '0N SNIM Vel0 08003e1 COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) ELECTRICAL PAVILION PLAN IMINMF CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com ON 133HS SJNVJ.717SNO0 -N. c- J Mar 04, 2016 - 6:41 pm 14134_P1.dwg tr A 40 OHP OHP OHP 0 OHP OHP OHP OHP ji,'-iii-ii--ii-- I I w 0 0 ,ra 0 dHO OHP OHP WALDRON ROAD E o E mom -W- 0 :0 :0 ow ADo mx-1 C Z o D r mom r-0 - 1mm mFlD m<0 - �x mD m -m cop .xxc DG Dm -I or 0�Z Dm ? HO Z 0 13 71 Z-0 ZrNz *� no TD (3 D m m D - z om o< rn nm * —IO Z om o g mmom >ccxirn 7.1nEO mAZrci • o rmow oz Or47Zi03 > rn C Z 03-IMM0 rMrAm2 rc<c0o DDArnm XoTom 0_02 �mzm� O C W -DI o»WA mm mo r 0o 43A3N DN 0 m c> rr r m -1> o. mm mo nZ o O 0 1 SNOI1d2113N3d N -10 V1�n -iDDmmix � Ao mmo ozo0oo DZ mn-1 -<DAKz o- 0S -i 0 N 5Z� 00O-9mx 0 -I D0 m Br-zz20 0 A Z0A nnnpG�A u) R° m-I00DW 0 rn �O ZCr-1OOmrn2Dimmm-lzDm�cA�H0m—mm Z ort mZOZ012� Bp ou�mDS r Z> _10.r—coo r0n m N S O Z 0 53 C T m P T r -1 0 r SI 63H10 HAM MOM 0 m rn a r r 0 0 0 rn 6/18/2015 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION # 1031 Ozld 1110 m O ON ONIM VLIG Q80338 m 0 v O CT O COMMUNITY PARK DEVELOPMENT and IMPROVEMENTS - PARKER PARK (BOND 2012) PLUMBING SITE PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services architects & associates 615 N. UPPER BROADWAY SUITE 1250 CORPUS CHRISTI, TX 78477-0050 T: 361.884.3295 F: 361.884.3298 www.clkarch.com I CONSULTANT'S SHEET NO.