Loading...
HomeMy WebLinkAboutC2017-539 - 6/7/2017 - NA . 2017-539 • • 6/07/17 Barcom Construction Inc. nyUl mum..4 FMAC TASK ORDER AGREEMENT 1862 This FACILITIES MULTIPLE AWARD CONTRACT TASK ORDER AGREEMENT(ORDER) is between the City of Corpus Christi, a Texas home-rule municipal corporation (CITY), acting through its duly authorized City Manager or designee, the Director of Engineering Services or City Engineer, and Barcom Construction, Inc. (CONTRACTOR), acting by and through its duly authorized representative, Elaine Hoffman (Name), President (Title). The parties agree as follows: 1. This ORDER is issued under the Facilities Multiple Award Contract Master Agreement signed on July 26, 2016, pursuant to Request For Proposals No. 2016-04. All terms and conditions of the Master Agreement pertain to this ORDER. 2. CONTRACTOR was selected for award of this ORDER under Request for Task Order Proposal (RFTOP) No. E15196 . 3. CONTRACTOR shall construct and complete certain improvements in accordance with the plans and specifications described in Exhibit "A" (attached and incorporated herein), perform all work as provided in said plans and specifications, and do such additional work as may be considered necessary to complete the work in a satisfactory and acceptable manner (the"Work").The CITY reserves the right to make such changes in the plans and specifications and in the character of the work as may be necessary or desirable. Authorization for all changes must be made in writing. The CONTRACTOR shall furnish all labor, tools, material, machinery, equipment and incidentals necessary to the prosecution of the Work unless otherwise provided by the written terms of the plans and specifications. 4. The work described in the Task Order documents shall be completed within 75 Calendar Days of Notice To Proceed. 5. In consideration of the completion of the above-described Work, the CITY agrees to pay to CONTRACTOR the amount of $ 240,672.13 U.S. for City Project E15196 Greenwood Senior Center Structural Repairs Said payment shall be conditioned upon the acceptance of the work by the CITY as certified by its final inspection following the receipt of notice from the CONTRACTOR that the work is completed and ready for acceptance. Upon completion of work and before acceptance and final payment is made,the CONTRACTOR shall clean and remove from the work site all surplus and discarded materials, temporary structures and debris of every kind in order to leave the work site in a neat, orderly condition, equal to that which originally existed.The CONTRACTOR shall submit a notarized affidavit that bills for all labor, equipment, materials and supplies associated with the project have been paid before final payment is released. Proj E15196 Greenwood Sr Ctr Structural Repairs pg. 1 Rev 9/2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF GREENWOOD SENIOR CENTER STRUCTURAL REPAIRS PROJECT NUMBER E15196 kA City of Corpus Christi F. M .A.C. LNV, INC. RecordDrawing Number: PBG 821 29 September 2016 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 30 01 Bid Form (Rev 01-13-2016) 00 61 13 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions(Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements (Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Rev 01-13-2016) Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 01 29 00 Application for Payment Procedures(Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 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 Photographic Documentation 01 35 00 Special Procedures 014000 Quality Management 01 50 00 Temporary Facilities and Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 02 80 20 Seeding 02 80 40 Sodding Table of Contents 000100- 1 Greenwood Senior Center Structural Repairs E15196 Rev06-22-2016 Division/ Title Section Part T Technical Specifications 03 10 00 Concrete Forming and Accessories 03 20 00 Concrete Reinforcing 03 30 00 Cast-in-Place Concrete Appendix Title I Greenwood Senior Center Foundation Settlement and Building Structural Assessment by LNV Engineering, December 8, 2015 2 Product Data—MasterSeal NP 1 by BASF 3 Product Data—MasterSeal SLI by BASF 4 Product Data—Durlprep A.C. by Euclid Chemical Co. 5 Product Data—Verticoat by Euclid Chemical Co. 6 Product Data -G-Seal (Paving Cap Seal) by Greenstreak Group, Inc. 7 Product Data—Krete Gard Mortar Mix by Krete Industries, Inc. 8 Product Data—Galvacon by Lanco 9 Product Data—Sikadur Crack Fix by Sika Corp. 10 Product Data—ABU44Z Post Base by Simpson Strong-Tie 11 Product Data—PC4Z Post Cap by Simpson Strong-Tie END OF SECTION Table of Contents 000100-2 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 00 30 01 BID FORM Project Name: Greenwood Senior Center Structural Repairs Project Number: E15196 Owner: City of Corpus Christi Contractor: Bid Opening OAR: Doug Follingstad Designer: LNV Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mob./Demob./General Conditions LS 1 SUBTOTAL PART A-GENERAL(Items Al) Part B-STRUCTURAL REPAIRS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Crack Repair Beneath Vinyl Tiles LF 195 B2 Crack Repair Exposed Concrete LF 132 B3 Repair Cracks in Concrete Panel Wall Joints LF 156 B4 Repair Cracks Around Concrete Panel Attachment LS 1 B5 Install New Baseboard Trim LF 109 B6 Repair Buckled Concrete Panel Joints LS 1 B7 Install New Wood Trim LF 24 B8 Repair All Spalled Concrete Wall Panels CF 9 B9 Repair Existing Concrete Floor CF 2 B10 Repair Concrete Sidewalk Expansion Joints LF 128 B11 Repair Uneven Flatwork LS 1 B12 Repair Deteriorated Wooden Columns EA 16 B13 Mortar Joint Repairs LF 30 B14 Remove Asphalt Material on Building Exterior and Install Stucco SF 330 B15 Re-slope, Re-sod/re-seed, and Topsoil Drainage LS 1 B16 Repair Deteriorated Wood Fascia LS 1 B17 Repair Deteriorated Ship Lap Siding LS 1 B18 Allowance for Unanticipated Foundation/Flooring Crack Repair LS 1 $ 10,000.00 $ 10,000.00 B19 Allowance for unanticipated Wall Panel Spalling Concrete Repair I LS 1 1 $ 1,000.00 $ 1,000.00 SUBTOTAL PART B-STRUCTURAL REPAIRS(Items 131 thru B17) Bid Form Page 1 of 2 Greenwood Senior Center Structural Repairs-E15196 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al) SUBTOTAL PART B-STRUCTURAL REPAIRS (Items B1 thru B17) TOTAL PROJECT BASE BID (PARTS A THRU B) Contract Times Bidder agrees to reach Substantial Completion in 1 45 Idays Bidder agrees to reach Final Completion in 1 75 Idays Owner Authorized Signature Contractor Authorized Signature Bid Form Page 2 of 2 Greenwood Senior Center Structural Repairs-E15196 Rev 01-13-2016 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): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi, Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Greenwood Senior Center Structural Repairs E15196 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: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113- 1 Greenwood Senior Center Structural Repairs E15196 Rev 01-13-2016 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 Performance Bond 006113- 2 Greenwood Senior Center Structural Repairs E15196 Rev 01-13-2016 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): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi, Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Greenwood Senior Center Structural Repairs E15196 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: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116- 1 Greenwood Senior Center Structural Repairs E15196 Rev.01-13-2016 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 Payment Bond Form 006116-2 Greenwood Senior Center Structural Repairs E15196 Rev.01-13-2016 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 007200- 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 007200- 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 Article12—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 007200-3 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 Article18—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 007200-4 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 007200-5 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 007200-6 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 007200-7 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 007200-8 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 007200-9 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200-20 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 007200-21 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 5.05.8. 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 007200-22 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 007200-23 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 007200-24 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 007200-25 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 15.01.13 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 007200-26 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 007200-27 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 007200-28 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 7.09.8 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 007200-29 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 007200-30 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 007200-31 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 007200-32 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 007200-33 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 007200-34 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 007200-35 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 007200-36 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 007200-37 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 007200-38 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 007200-39 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 007200-40 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 007200-41 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 007200-42 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 007200-43 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 007200-44 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 11.04.0 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 007200-45 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 13.02.13.1 and 13.02.13.2 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 007200-46 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 007200-47 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 007200-48 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 007200-49 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 007200-50 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; I. 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 007200-51 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 007200-52 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 007200-53 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 007200-54 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 007200-55 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 007200-56 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 007200-57 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 007200-58 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 007200-59 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 demo bilization/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 007200-60 Corpus Christi Standards- Regular Projects 03-23-2015 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—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required ❑X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges X Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ❑X Not Required Insurance Requirements 00 72 01- 1 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 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. 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 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 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 Insurance Requirements 00 72 01-2 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 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. 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. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should 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; and 4. 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. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. 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; Insurance Requirements 00 72 01-3 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and 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. Industry standard ISO Contractual Liability coverage will meet this obligation. 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. For Projects with a Contract Value that exceeds $5,000,000, 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 Owners Indemnitees as defined in Article 1 of the General Conditions; and 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 Insurance Requirements 00 72 01-4 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 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. 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 rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 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 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 Insurance Requirements 00 72 01-5 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 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. 1.05 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. 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 Insurance Requirements 00 72 01-6 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 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. 1.06 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 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01-7 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 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. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out(redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 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. 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. 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 Insurance Requirements 00 72 01-8 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 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. 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; Insurance Requirements 00 72 01-9 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 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 Insurance Requirements 00 72 01- 10 Greenwood Senior Center Structural Repairs E15196 Rev 06-22-2016 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. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements 007202- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 08-3-2016 Wage Determination Construction Type Project Type (WD) No 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 ---------------------------------------------------------------- ELECO278-002 08/30/2015 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 25.00 7.70 ---------------------------------------------------------------- ENGIO178-005 06/01/2014 Wage Rate Requirements 007202-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 08-3-2016 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 OPERATOR: Bulldozer. . . . . . . . . . . . .$ 18.29 1.31 OPERATOR: Drill. . . . . . . . . . . . . . . . .$ 16.22 0.34 OPERATOR: Forklift. . . . . . . . . . . . . .$ 14.83 0.00 Wage Rate Requirements 007202-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 08-3-2016 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) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification Wage Rate Requirements 007202-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 08-3-2016 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 that no single majority rate prevailed for those classifications; however, 1000 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 Wage Rate Requirements 007202-5 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 08-3-2016 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 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 Wage Rate Requirements 007202-6 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 08-3-2016 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 A END OF SECTION Wage Rate Requirements 007202-7 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 08-3-2016 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 007203- 1 Greenwood Senior Center Structural Repairs E15196 Rev 01-13-2016 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: Ajoint 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 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. 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 Minority/MBE/DBE Participation Policy 007203-2 Greenwood Senior Center Structural Repairs E15196 Rev 01-13-2016 011100 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: The existing greenwood senior center has experienced structural damage resulting from differential settlement. Differential settlement/movement is evident in the grade supported concrete foundation system of the building as well as deterioration of the concrete wall panels and exterior wood finishes and fascia elements due to the structures age and only minimal maintenance provided. Repairs will include crack repair to the foundation,area flatwork and concrete wall panels and the replacement of deteriorated exposed wood columns at the patio area. WORK UNDER OTHER CONTRACTS B. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. ADA Improvements 2. Miscellaneous Carpentry Improvements C. 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. D. 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. Summary of Work 011100- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 1.03 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. N/A 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. 1.04 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.05 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 Summary of Work 011100-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 012900- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 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 012900-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 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. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. Application for Payment Procedures 012900-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 2. Measure the Work described in the Agreement for payment. Payment 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. 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. Application for Payment Procedures 012900-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 1.06 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. 1.07 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 012900-5 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 1.08 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 012900-6 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 1.09 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. 1.10 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 Application for Payment Procedures 012900-7 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0129 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 0129 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 0129 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. A-1—General Requirements/Mobilization: 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; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 01 29 01- 1 Greenwood Senior Center Structural Repairs Project Number E16256 Rev 07-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. B-1—Crack Repair Beneath Vinyl Tiles: 1. Removal of existing tiles directly over cracked foundation (anticipated to be 785 square feet) and crack repair to concrete foundation to include labor, equipment, etc. for project construction. The cost shall not include replacement of the removed tiles. 2. Measurement for payment is LINEAR FEET. C. B-2—Crack Repair Exposed Concrete: 1. Crack repair to exposed concrete, complete in place. 2. Measurement for payment is LINEAR FEET D. B-3—Repair Cracks in Concrete Panel Wall Joints: 1. Remove sealant and backer rod and replace with new expansion joint system per details, complete in place. Contractor to utilize this repair to replace cracked vertical mortar joints between the exterior brick veneer and concrete wall panel. 2. Measurement for payment is LINEAR FEET E. B-4—Repair Cracks Around Concrete Panel Attachment Plate: 1. Chip out existing concrete to reinforcing steel,thoroughly clean all exposed steel reinforcing, coat Duralprep AC by the Euclid Chemical Company, and fill concrete void with Verticoat from Euclid Chemical Company installed slope to steel plate per details, complete in place. 2. Measurement for payment is LUMP SUM F. B-5—Install New Baseboard Trim: 1. Thoroughly clean any exposed steel and apply two coats of Galvacon, install new baseboard trim to match existing trim, complete in place. 2. Measurement for payment is LINEAR FEET G. B-6—Repair Buckled Concrete Panel Joints: 1. Chip out deteriorated materials to sound concrete, install concrete nails,thoroughly clean all exposed reinforcing and coat with two coats of 20 MILS of Duraprep AC by Euclid Chemical Company, fill void with Verticoat from Euclid Chemical Company installed flush with original construction per details, complete in place. 2. Measurement for payment is LUMP SUM H. B-7—Install New Wood Trim: 1. Install new wood trim around column framing to cover 3/8" gap from wall and paint to match adjacent, complete in place. 2. Measurement for payment is LINEAR FEET Measurement and Basis for Payment 01 29 01-2 Greenwood Senior Center Structural Repairs Project Number E16256 Rev 07-13-2016 I. B-8—Repair All Spalled Concrete Wall Panels: 1. Chip out deteriorated materials to sound concrete, install concrete nails,thoroughly clean all exposed reinforcing and coat with two coats of 20 MILS of Duraprep AC by Euclid Chemical Company, fill void with Verticoat from Euclid Chemical Company installed flush with original construction per details, complete in place. 2. Measurement for payment is CUBIC FEET. J. B-9—Repair Existing Concrete Floor: 1. Chip out deteriorated materials to sound concrete, install concrete nails, coat with two coats of 20 MILS of Duraprep AC by Euclid Chemical Company, fill void with Verticoat from Euclid Chemical Company installed flush with original construction per details, complete in place. 2. Measurement for payment is CUBIC FEET. K. B-10—Repair Concrete Sidewalk Expansion Joints: 1. Remove and properly dispose of existing sealant, backer rod, and expansion joint material and replace with new expansion joints system per details, complete in place. 2. Measurement for payment is LINEAR FEET. L. B-11—Repair Uneven Flatwork: 1. For flatwork elevated %" or less from adjacent sections remove and properly dispose of existing sealant, backer rod, and expansion joint material, grind raised concrete edge to match adjacent elevation and slope at least 4"from edge, and install new expansion joint system per details, complete in place. 2. For flatwork elevated greater than %" from adjacent sections contractor shall choose one of a. Demolish and properly dispose of concrete section and pour new sidewalk segment in accordance with details, complete in place b. Saw cut 2' minimum from concrete edge, demolish and remove, and place new concrete section sloped to match adjacent in accordance with detail, complete in place. 3. Measurement for payment is LUMP SUM M. B-12—Repair Deteriorated Wooden Columns: 1. Shore adjacent columns and remove and properly dispose of all existing wooden columns and install new pressure treated wood columns to match existing column size, replace existing uplift straps at all column locations with new ABU44Z Simpson Post Base and PC4Z Simpson Post Cap in accordance with manufacturer's instructions, complete in place. Windstorm inspection and certification provided by owner with coordination with contractor. 2. Measurement for payment is EACH. Measurement and Basis for Payment 01 29 01-3 Greenwood Senior Center Structural Repairs Project Number E16256 Rev 07-13-2016 N. B-13—Mortar Joint Repairs: 1. Grind existing cracked joint to a minimum depth of%", use KRETE GARD MORTAR MIX by Krete Industries for mortar joint repair following manufacturer's instructions, complete in place. 2. Measurement for payment is LINEAR FEET. O. B-14—Asphalt Material on Building Exterior: 1. Remove and properly dispose of all asphalt material utilized on the exterior concrete wall panels below the brick veneer,thoroughly clean concrete wall panels and place new cementitious stucco finish per manufacturer's instructions and paint repaired areas to match existing color per details, complete in place. 2. Measurement for payment is SQUARE FEET. P. B-15—Re-slope, Re-sod or Re-seed, and Topsoil Drainage: 1. Remove the top 3" of existing organic material, place and compact topsoil to ensure drainage slopes away from the building, place sod or re-seed using Bermuda grass seeds, complete in place. 2. Measurement for payment is LUMP SUM. Q. B-16—Repair Deteriorated Wood Fascia: 1. Remove and properly dispose of existing deteriorated wood fascia boards and install new pressure treated wood to match existing sizes. 2. Measurement for payment is LINEAR FOOT. R. B-17- Repair Deteriorated Wood Fascia: 1. Remove and properly dispose of existing deteriorated wood fascia boards and install new pressure treated wood to match existing sizes. 2. Measurement for payment is LINEAR FOOT. S. B-18—Allowance for Unanticipated Foundation/Flooring Crack Repair 1. The$10,000 allowance will be utilized only if the amount of linear footage of crack repair exceeds the amount shown in B-1 and B-2. The City will be consulted prior to commencement of these additional repairs or use of the contingency.The unit pricing established in B-1 and B-2 will be utilized along with linear footage of additional required repairs to determine the payment to the contractor from these funds. 2. Measurement for payment is LUMP SUM T. B-19-Allowance for Unanticipated Wall Panel Spalling Concrete Repair 1. The$1,000 allowance will be utilized only if the amount of cubic footage of spall repair exceeds the amount shown in B8. The City will be consulted prior to commencement of these additional repairs or use of the contingency.The unit pricing established in B- 8 will be utilized along with linear footage of additional required repairs to determine the payment to the contractor from these funds. U. Measurement for payment is LUMP SUM Measurement and Basis for Payment 01 29 01-4 Greenwood Senior Center Structural Repairs Project Number E16256 Rev 07-13-2016 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-5 Greenwood Senior Center Structural Repairs Project Number E16256 Rev 07-13-2016 013100 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 0157 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 0133 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 013100- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 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 0133 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 0157 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 013100-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0135 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 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. Project Management and Coordination 013100-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0135 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.10 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. 1.11 REFERENCE DATA AND CONTROL POINTS(NOT APPLICABLE) 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. 1.12 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. Project Management and Coordination 013100-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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: 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. Project Management and Coordination 013100-5 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 1.13 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. 1.14 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). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.15 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. Project Management and Coordination 013100-6 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 1.16 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. 1.17 BLASTING A. Blasting is not allowed for any purpose. 1.18 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. 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. Project Management and Coordination 013100-7 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 1.19 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. 1.20 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 361-826-3500 Project Manager 361-826-3781 LNV 361-883-1984 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800(361-826-1818 after Water/Wastewater/Stormwater hours) 361-885-6900(361-885-6942 after Gas Department hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Project Management and Coordination 013100-8 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 Public Agencies/Contacts Phone Number Century Tel 361-883-3000 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 013100-9 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 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 0133 00 DOCUMENT MANAGEMENT. Project Coordination 013113- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 0129 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 013113-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 013113-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 013113-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 013113-5 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 Project Coordination 013113-6 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 013114- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 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 0133 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 013114-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 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 013114-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 013114-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 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 013300- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 013300-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 02 Shop Drawings Certified Test Report 0140 00 Quality Management Project Coordination 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 Application for Payment 01 29 00 Procedures Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 0133 03 Document Management 013300-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 013300-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 0133 01 Submittal Register Specification Paragraph Types of Submittals Required Section Specification Description No. Product Sample or Operations Information Mockup Data 00 30 00 Concrete Mix Design 1.4 Shop Drawing Submittal Register 01 33 01-1 Greenwood Senior Center Structural Repairs 07-03-2014 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: Specification Section Shop Drawing Description B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 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 0133 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings 013302- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 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. Shop Drawings 013302-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 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. Shop Drawings 013302-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 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 0170 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 Adobe Pro software or other compatible software that will create files that can be opened and annotated using Adobe Pro 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. Shop Drawings 013302-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 Adobe Pro 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 Shop Drawings 013302-5 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 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. Shop Drawings 013302-6 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 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. Shop Drawings 013302-7 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 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 0133 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 Shop Drawings 013302-8 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 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 1.10.13 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. Shop Drawings 013302-9 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 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 Shop Drawings 013302- 10 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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: Specification Section Record Data Description 01 31 13 RECORD DRAWINGS B. Include Record Data in the Schedule of Documents required by SECTION 0133 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 013303- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 013303-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0170 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 Adobe Pro software or other compatible software that will create files that can be opened and annotated using Adobe Pro 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 013303-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 013303-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 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 Record Data 013303-5 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 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. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. Construction Progress Schedule 013304- 1 Greenwood Senior Center Structural Repairs E15196 Rev 07-13-2016 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 0133 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 documents and for time lost when documents are submitted for products that do not meet Specification requirements. Construction Progress Schedule 013304-2 Greenwood Senior Center Structural Repairs E15196 Rev 07-13-2016 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 FLOATTIME 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. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 013304-3 Greenwood Senior Center Structural Repairs E15196 Rev 07-13-2016 01 33 05 PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide photographs of the Site prior to the beginning of construction. 1. Take photographs of 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. Take photographs of construction staking is complete but prior to any clearing. 3. Create one copy of the photographs dated and labeled to the OAR before the start of construction. Provide additional photographs as directed by the OAR if the photographs provided is not considered suitable for the purpose of photographs 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, and a digital copy of this media are to become the property of the Owner. Photographs 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 taken with proper exposure. View photographs in field and take new photographs immediately if photos of an adequate print quality cannot be produced 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 0133 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation 013305- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. G. 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. H. DVD shall be labeled with E-XXXXX and Project Name in all caps. I. The entire construction area photographs shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 013305-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 stipulated below: B. Work shall be completed within the specified time for these items: Description Time Substantially Complete 45 Days C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. 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 013500- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Max.Time Hours Operation Liquidated Critical Operation Damages Out of Operation can be Shut Down ($75.00 per hour) B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the operation and function of performances in the Selena Auditorium. Performers need to undress, dress, make ready, perform, shower and re-dress within this enclosed dressing room. 2. Loss of the utilization of the Selena Auditorium can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 014000 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 014000- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 014000-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 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 Quality Management 014000-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 Documents or indicate that proposed products do not comply with the Contract Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 0133 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 0133 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; Quality Management 014000-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 d. Description of the product being sampled or tested; 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; I. 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 0133 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 Quality Management 014000-5 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 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 1.11.13.5 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 014000-6 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 014000-7 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 Quality Management 014000-8 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 015000- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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- NOT USED 2.02 TEMPORARY STORAGE BUILDINGS(AS NEEDED) 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(AS NEEDED) 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. 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. Temporary Facilities and Controls 015000-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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. 3.05 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. Temporary Facilities and Controls 015000-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.06 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 Facilities and Controls 015000-4 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 017000- 1 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 0133 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 0133 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 017000-2 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 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 Execution and Closeout Requirements 017000-3 Greenwood Senior Center Structural Repairs Project Number E15196 Rev 07-13-2016 Standard Specifications SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of"Commercial Seed" required to equal the quantity of"Pure Live Seed" shall be computed by the following formula: Commercial Seed=Pure Live Seed x 10,000 %Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama(premier) Bouteloua Curtipendula 0.6 - 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K-R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture-A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture-B: Recommended for sandy soil planted between December 1 thru May 1. Mixture- C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev.3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed-fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt-coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion-resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev.3-25-2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing—Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading -Refer to City Standard Specification Section 021040, "Site Grading". Tilling -The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking,plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings,topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2)Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for 'Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt-water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev.3-25-2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100)pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt-water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev.3-25-2015 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (723 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water: Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15-inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking,provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted,the area shall be fertilized and watered. 028040 Page 1 of 2 Rev.3-25-2015 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev.3-25-2015 Technical Specifications SECTION 03 10 00 CONCRETE FORMING AND ACCESSORIES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Formwork for cast-in place concrete. 2. Shoring,bracing, and anchorage. 3. Form accessories. 4. Form stripping. B. Related Sections: 1. Section 03 20 00-Concrete Reinforcing. 2. Section 03 30 00- Cast-In-Place Concrete. 1.2 REFERENCES A. American Concrete Institute: 1. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 318 -Building Code Requirements for Structural Concrete. 4. ACI 347 -Guide to Formwork for Concrete. B. American Forest and Paper Association: 1. AF&PA -National Design Specifications for Wood Construction. C. The Engineered Wood Association: 1. APA/EWA PS 1 -Voluntary Product Standard for Construction and Industrial Plywood. D. American Society of Mechanical Engineers: 1. ASME A17.1 - Safety Code for Elevators and Escalators. E. ASTM International: 1. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction(Nonextruding and Resilient Bituminous Types). 2. ASTM E96/E96M- Standard Test Methods for Water Vapor Transmission of Materials. F. West Coast Lumber Inspection Bureau: 1. WCLIB - Standard Grading Rules for West Coast Lumber. Concrete Forming and Accessories 03 10 00- 1 1.3 DESIGN REQUIREMENTS A. Design,engineer and construct formwork, shoring and bracing in accordance with ACI 318 to conform to design and applicable code requirements to achieve concrete shape,line and dimension as indicated on Contract Drawings. B. Forms shall be designed with consideration of rate,method of placing concrete, and construction loads to be encountered,including vertical,horizontal, and impact loads. 1.4 SUBMITTALS A. Information on the Contractor's proposed forming system: Submit in such detail as the Engineer may require to assure himself that the intent of the specifications can be complied with by use of the proposed system. B. Approval by the Engineer shall in no way relieve the Contractor of his responsibility to provide forms adequate and satisfactory for the purpose required. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347,ACI 301, and ACI 318. B. For wood products furnished for work of this Section,comply with AF&PA. C. Install work in accordance with local, state,and federal regulations. D. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Design formwork under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of Texas. B. Qualifications of Formwork Manufacturers: Use only forming systems manufactured by manufacturers having minimum 5 years' experience,except as otherwise specified,or accepted in writing by the Engineer. 1.7 DELIVERY, STORAGE,AND HANDLING A. Deliver void forms and installation instructions in manufacturer's packaging. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.8 COORDINATION A. Coordinate this Section with other sections of work requiring attachment of components to formwork. Concrete Forming and Accessories 03 1000-2 PART 2 PRODUCTS 2.1 WOOD FORM MATERIALS A. Lumber Forms: 1. Application: Use for edge forms and unexposed finish concrete. 2. Boards: 6 inches or 8 inches in width, shiplapped or tongue and groove,"Standard" Grade Southern Yellow Pine,conforming to WCLIB Standard Grading Rules for West Coast Lumber. Surface boards on four sides. B. Plywood Forms: 1. Application: Use for exposed finish concrete. 2. Forms: Conform to PS 1; 5-ply plywood sheets made with 100 percent waterproof adhesive and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement; full size 4 x 8 feet panels;each panel labeled with grade trademark of APA/EWA. 3. Plywood for Surfaces to Receive Membrane Waterproofing: Minimum of 3/4 inch thick;APA/EWA`B-B Plyform Structural I Exterior"grade. 4. Plywood where "Smooth Finish"is required, as indicated on Contract Drawings: APA/EWA"HD Overlay Plyform Structural I Exterior"grade,minimum of 3/4 inch thick. 2.2 PREFABRICATED FORMS A. Preformed Steel Forms: Rigidly constructed matched,tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. B. Glass Fiber Fabric Reinforced Plastic Forms: Matched,tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished concrete surfaces. C. Steel Forms: Sheet steel, suitably reinforced, and designed for particular use indicated on Contract Drawings. D. Form Liners: Smooth,durable,grainless and non-staining hardboard,unless otherwise indicated on Contract Drawings. E. Framing, Studding and Bracing: Southern Yellow Pine No. 2 with grade stamp clearly visible. 2.3 FORMWORK ACCESSORIES A. Form Ties: 1. General: a. Provide form ties for forming system selected that are manufactured by a recognized manufacturer of concrete forming equipment. b. Provide ties of type that accurately tie,lock and spread forms. C. Do not allow holes in forms for ties to allow leakage during placement of concrete. Concrete Forming and Accessories 03 1000- 3 B. Cone-Snap or Flat Bar Form Ties: 1. Cone-snap ties shall form a cone shaped depression in the concrete with a minimum diameter of 1 inch at the surface of the concrete and 1-1/2 inches deep. 2. Provide neoprene waterseal washer that is located near the center of the concrete. C. Taper Ties: 1. Neoprene Plugs for Taper Tie Holes: Size so that after they are driven,plugs are located in center third of wall thickness. 2. Dry-Pack Mortar for Filling Taper Tie Holes: a. Consist of mix of 1 part of Portland cement to I part of plaster sand. b. Amount of water to be added to cement-sand mix is to be such that mortar can be driven into holes and be properly compacted. C. Admixtures or Additives: Are not to be used in dry-pack mortar. D. Spreaders: Standard,non-corrosive metal form clamp assembly,of type acting as spreaders and leaving no metal within 1-1/2 inches of concrete face.Wire ties,wood spreaders or through bolts are not permitted. E. Form Anchors and Hangers: I. Do not use anchors and hangers exposed concrete leaving exposed metal at concrete surface. 2. Symmetrically arrange hangers supporting forms from structural steel members to minimize twisting or rotation of member. 3. Penetration of structural steel members is not permitted. F. Form Release Agent: Colorless mineral oil that will not stain concrete,or absorb moisture,or impair natural bonding or color characteristics of coating intended for use on concrete. G. Corners: Chamfer,rigid plastic or wood strip type; 3/4 inch bevel unless indicated otherwise on Contract Drawings; maximum possible lengths.Provide 1/4 inch bevel at expansion and construction joints. H. Keyways: Steel,plastic,or lumber treated with form coating, applied according to label directions. I. Dovetail Anchor System: System consisting of dovetail slots cast into the concrete,dovetail anchors that tie the masonry veneer to dovetail slots, and continuous wires that are embedded in the masonry and connect to the dovetail anchors: 1. Dovetail Slot: 18 gage,Type 304 stainless steel in accordance with ASTM A 167, foam filled and in 10 foot lengths. a. Manufacturers: 1) Hohmann and Barnard,Inc.;Hauppauge,NY;Model No. 305. 2) Heckmann Building Products,Inc.; Chicago,IL;Model No. 100. 3) Substitutions: Submit substitutions for approval. 2. Dovetail Anchors: 23 gage, I inch wide,Type 304 stainless steel in accordance with ASTM A 167, and with seismic notch for attachment to wire embedded in masonry. a. Manufacturers: 1) Hohmann and Barnard,Inc.;Hauppauge,NY;Model No. 303SV. 2) Heckmann Building Products,Inc.; Chicago,IL;Model No. 361. Concrete Forming and Accessories 03 1000-4 3) Substitutions: Submit substitutions for approval. 3. Wire Reinforcement: 9 gage,Type 304 stainless steel wire in accordance with ASTM A 580. a. Manufacturers: 1) Hohmann and Barnard,Inc.;Hauppauge,NY. 2) Heckmann Building Products,Inc.; Chicago,IL. J. Flashing Reglets: Galvanized steel or rigid PVC,22 gage thick,longest possible lengths,with alignment splines for joints,foam filled,release tape sealed slots, anchors for securing to concrete formwork. K. Bituminous Joint Filler: ASTM D1751. L. Nails, Spikes,Lag Bolts,Through Bolts,Anchorages: Size, strength and character to maintain formwork in place while placing concrete. PART 3 EXECUTION 3.1 EXAMINATION A. Verify lines,levels, and centers before proceeding with formwork Verify dimensions agree with Contract Drawings. B. When formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement before proceeding,request instructions from Engineer. C. Do not place any concrete until all forms have been thoroughly checked for alignment,level, strength, and to assure accurate location of all mechanical and electrical inserts or other embedded items. 3.2 INSTALLATION A. Earth Forms: 1. Trench earth forms neatly, accurately,and at least 2 inches wider than footing widths indicated on Contract Drawings. 2. Trim sides and bottom of earth forms. 3. Construct wood edge strips at top of each side of trench to secure reinforcing and prevent trench from sloughing. 4. Form sides of footings where earth sloughs. 5. Tamp earth forms firm and clean forms of debris and loose material before depositing concrete. B. Formwork - General: 1. Provide top form for sloped surfaces steeper than 1.5 horizontal to I vertical to hold shape of concrete during placement,unless it can be demonstrated that top forms can be omitted. Concrete Forming and Accessories 03 1000- 5 2. Construct forms to correct shape and dimensions,mortar-tight,braced, and of sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Camber forms where necessary to produce level finished soffits unless otherwise shown on Contract Drawings. 4. Carefully verify horizontal and vertical positions of forms. Correct misaligned or misplaced forms before placing concrete. 5. Complete wedging and bracing before placing concrete. C. Forms for Smooth Finish Concrete: 1. Use steel,plywood or lined board forms. 2. Use clean and smooth plywood and form liners,uniform in size,and free from surface and edge damage capable of affecting resulting concrete finish. 3. Install form lining with close-fitting square joints between separate sheets without springing into place. 4. Use full size sheets of form lines and plywood wherever possible. 5. Tape joints to prevent protrusions in concrete. 6. Use care in forming and stripping wood forms to protect corners and edges. 7. Level and continue horizontal joints. 8. Keep wood forms wet until stripped. D. Forms for Surfaces to Receive Membrane Waterproofing: Use plywood or steel forms.After erection of forms,tape form joints to prevent protrusions in concrete. E. Framing, Studding and Bracing: 1. Space studs at 16 inches on center maximum for boards and 12 inches on center maximum for plywood. 2. Size framing,bracing,centering, and supporting members with sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Construct beam soffits of material minimum of 2 inches thick. 4. Distribute bracing loads over base area on which bracing is erected. 5. When placed on ground,protect against undermining, settlement or accidental impact. F. Erect formwork, shoring, and bracing to achieve design requirements, in accordance with requirements of ACI 301 and ACI 318. G. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. H. Obtain Engineer's approval before framing openings in structural members not indicated on Contract Drawings. I. Install chamfer strips on external corners of beams,joists,columns, slabs and pedestals exposed to view. J. Do not reuse wood formwork more than 3 times for concrete surfaces to be exposed to view.Do not patch formwork. Concrete Forming and Accessories 03 1000- 6 3.3 APPLICATION-FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces are indicated to receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water.Keep surfaces coated prior to placement of concrete. D. Reuse and Coating of Forms: Thoroughly clean forms and reapply form coating before each reuse.For exposed work,do not reuse forms with damaged faces or edges.Apply form coating to forms in accordance with manufacturer's specifications. Do not coat forms for concrete indicated to receive "scored finish".Apply form coatings before placing reinforcing steel. 3.4 INSTALLATION-INSERTS,EMBEDDED PARTS,AND OPENINGS A. Install formed openings for items to be embedded in or passing through concrete work. B. Locate and set in place items required to be cast directly into concrete. C. Coordinate with Work of other sections in forming and placing openings, slots,reglets,recesses, sleeves,bolts, anchors,other inserts,and components of other Work. D. Install accessories straight,level, and plumb. Ensure items are not disturbed during concrete placement. E. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. F. Close temporary openings with tight fitting panels,flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. G. Form Ties: 1. Use sufficient strength and sufficient quantity to prevent spreading of forms. 2. Place ties at least I inch away from finished surface of concrete. 3. Leave inner rods in concrete when forms are stripped. 4. Space form ties equidistant, symmetrical and aligned vertically and horizontally unless otherwise shown on Contract Drawings. 5. Cone-Snap Rod and Bar Ties: Tie forms together at not more than 2-foot centers vertically and horizontally.After forms are removed from wall,fill tie holes as follows: a. Remove form ties from surfaces. b. Roughen cone shaped tie holes by heavy sandblasting before repair. C. Dry pack cone shaped tie holes with dry-pack mortar. 6. Taper Ties: a. After forms and taper ties are removed from wall,plug tie holes with neoprene plug as follows: Concrete Forming and Accessories 03 1000- 7 1) Heavy sandblast and then clean tie holes. 2) After cleaning,drive neoprene plug into each of taper tie holes with steel rod.Final location of neoprene plug shall be in center third of wall thickness. Bond neoprene plug to concrete with epoxy. 3) Locate steel rod in cylindrical recess,made in plug,during driving: a) At no time are plugs to be driven on flat area outside cylindrical recess. b. Dry-Pack of Taper Tie Holes: After installing plugs in tie holes: 1) Coat tie hole surface with epoxy bonding agent and fill with dry- pack mortar: 2) Dry-Pack Mortar: Place in holes in layers with thickness not exceeding tie hole diameter and heavily compact each layer. 3) Dry-pack the outside of the hole no sooner than 7 days after the inside of the hole has been dry packed. 4) Wall surfaces in area of dry-packed tie holes: On the water side of water containing structures and the outside of below grade walls: a) Cover with minimum of 10 mils of epoxy gel. b) Provide epoxy gel coating on wall surfaces that extend minimum of 2 inches past dry-pack mortar filled tie holes. C) Provide finish surfaces that are free from sand streaks or other voids. H. Arrangement: Arrange formwork to allow proper erection sequence and to permit form removal without damage to concrete. L Construction Joints: L Install surfaced pouring strip where construction joints intersect exposed surfaces to provide straight line at joints. 2. Just prior to subsequent concrete placement,remove strip and tighten forms to conceal shrinkage. 3. Show no overlapping of construction joints. Construct joints to present same appearance as butted plywood joints. 4. Arrange joints in continuous line straight,true and sharp. J. Embedded Items: 1. Make provisions for pipes,sleeves, anchors,inserts,reglets, anchor slots,nailers, water stops, and other features. 2. Do not embed wood or uncoated aluminum in concrete. 3. Obtain installation and setting information for embedded items furnished under other Specification sections. 4. Securely anchor embedded items in correct location and alignment prior to placing concrete. 5. Verify conduits and pipes,including those made of coated aluminum,meet requirements of ACI 318 for size and location limitations. K. Openings for Items Passing Through Concrete: 1. Frame openings in concrete where indicated on Contract Drawings. Establish exact locations, sizes, and other conditions required for openings and attachment of work specified under other sections. Concrete Forming and Accessories 03 1000- 8 2. Coordinate work to avoid cutting and patching of concrete after placement. 3. Perform cutting and repairing of concrete required as result of failure to provide required openings. L. Screeds: 1. Set screeds and establish levels for tops of concrete slabs and levels for finish on slabs. 2. Slope slabs to drain where required or as shown on Contract Drawings. 3. Before depositing concrete,remove debris from space to be occupied by concrete and thoroughly wet forms. Remove freestanding water. M.Screed Supports: 1. For concrete over waterproof membranes and vapor retarder membranes,use cradle, pad or base type screed supports which will not puncture membrane. 2. Staking through membrane is not permitted. N. Cleanouts and Access Panels: 1. Provide removable cleanout sections or access panels at bottoms of forms to permit inspection and effective cleaning of loose dirt,debris and waste material. 2. Clean forms and surfaces against which concrete is to be placed.Remove chips, saw dust and other debris. Thoroughly blow out forms with compressed air just before concrete is placed. 3.5 FORM CLEANING A. Clean forms as erection proceeds,to remove foreign matter within forms. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-out ports. D. During cold weather,remove ice and snow from within forms. Do not use de-icing salts. Do not use water to clean out forms,unless formwork and concrete construction proceed within heated enclosure.Use compressed air or other means to remove foreign matter. 3.6 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads and removal has been approved by Engineer. B. Loosen forms carefully. Do not wedge pry bars,hammers,or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. D. Vertical Forms: 1. Remain in place minimum of 36 hours after concrete is placed. Concrete Forming and Accessories 03 1000- 9 2. If,after 36 hours,concrete has sufficient strength and hardness to resist surface or other damage,forms may be removed. E. Other Forms Supporting Concrete and Shoring: Remain in place as follows: 1. Sides of Footings: 24 hours minimum. 2. Vertical Sides of Beams,Girders,and Similar Members: 36 hours minimum. 3. Slabs,Beams, and Girders:Until concrete strength reaches specified strength f c or until shoring is installed. 4. Shoring for Slabs,Beams, and Girders: Shore until concrete strength reaches specified strength. 5. Wall Bracing: Brace walls until concrete strength of beams and slabs laterally supporting wall reaches specified strength. F. Green Concrete: 1. No heavy loading on green concrete will be permitted. 2. Green concrete is defined as concrete with less than 100 percent of specified strength Fc. G. Immediately after forms are removed,carefully examine concrete surfaces, and repair any irregularities in surfaces and finishes as specified in Section 03 30 00. 3.7 ERECTION TOLERANCES A. Tolerances: 1. Finish concrete shall conform to shapes,lines,grades,and dimensions indicated on the Contract Drawings. 2. The maximum deviation from true line and grade shall not exceed tolerances listed below at time of acceptance of project. 3. Construct formwork to produce completed concrete surfaces within construction tolerances specified in ACI 117,paragraphs 2.1 through 2.2 and paragraphs 4.0 through 4.6,except as modified herein: a. Slabs: 1) Slope: Uniformly sloped to drain when slope is indicated on the Contract Drawings. 2) Slabs Indicated to be Level: Have maximum deviation of 1/8-inch in 10 feet without any apparent changes in grade. b. On Circular Tank Walls: The Contractor may deviate from finish line indicated on the Contract Drawings by use of forms with chord lengths not to exceed 2 feet. C. Inserts: Set inserts to tolerances required for proper installation and operation of equipment or systems to which insert pertains. d. Maximum Tolerances: As follows: Item Tolerance Sleeves and Inserts Plus 1/8 Minus 1/8 inches Projected Ends of Anchor Bolts Plus 1/4 Minus 0.0 inches Anchor Bolt Setting Plus 1/16 Minus 1/16 inches Concrete Forming and Accessories 03 1000 - 10 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports,fastenings,wedges,ties,and items are secure. B. Notify Engineer after placement of reinforcing steel in forms,but minimum 48 hours prior to placing concrete. C. Schedule concrete placement to permit formwork inspection before placing concrete. END OF SECTION Concrete Forming and Accessories 03 1000 - 11 SECTION 03 20 00 CONCRETE REINFORCING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Reinforcing bars. 2. Welded wire fabric. 3. Reinforcement accessories. B. Related Sections: 1. Section 03 10 00-Concrete Forming and Accessories. 2. Section 03 30 00 - Cast-In-Place Concrete. 1.2 UNIT PRICE -MEASUREMENT AND PAYMENT A. Bar Reinforcement: 1. Basis of Measurement: By the ton. 2. Basis of Payment: Includes reinforcement,placement, and accessories. B. Welded Wire Fabric Reinforcement: 1. Basis of Measurement: By the square foot. 2. Basis of Payment: Includes welded wire reinforcement,placement, and accessories. 1.3 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 318 -Building Code Requirements for Structural Concrete. 3. ACI 350-Environmental Structures: Code Requirements. 4. ACI 530.1 - Specifications for Masonry Structures. 5. ACI SP-66 -ACI Detailing Manual. B. ASTM International: 1. ASTM A82/A82M - Standard Specification for Steel Wire,Plain,for Concrete Reinforcement. 2. ASTM Al84/A184M- Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. A185/AI85M-07 Standard Specification for Steel Welded Wire Reinforcement,Plain,for Concrete. 4. ASTM A496/A496M- Standard Specification for Steel Wire,Deformed,for Concrete Reinforcement. 5. ASTM A497/A497M- Standard Specification for Steel Welded Wire Fabric,Deformed,for Concrete Reinforcement. Concrete Reinforcing 03 20 00- 1 6. ASTM A615/A615M- Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 7. ASTM A704/A704M- Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. 8. ASTM A706/A706M- Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 9. ASTM A767/A767M- Standard Specification for Zinc-Coated(Galvanized) Steel Bars for Concrete Reinforcement. 10. ASTM A775/A775M- Standard Specification for Epoxy-Coated Steel Reinforcing Bars. 11. ASTM A884/A884M- Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Reinforcement. 12. ASTM A934/A934M- Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars. 13. ASTM A996/A996M—Standard Specification for Rail-Steel and Axle-Steel Deformed Bars for Concrete Reinforcement. C. American Welding Society: 1. AWS DIA - Structural Welding Code -Reinforcing Steel. D. Concrete Reinforcing Steel Institute: 1. CRSI-Manual of Standard Practice. 2. CRSI -Placing Reinforcing Bars. 1.4 SUBMITTALS A. Shop Drawings: Indicate bar size,spacing,location, and quantity of reinforcing steel or welded wire fabric,bending and cutting schedules,and supporting and spacing. B. Manufacturer's Certificate: 1. Submit certified copies of mill test report of reinforcement materials analysis. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI-Manual of Standard Practice,ACI 301 and/or ACI 318. B. Prepare shop drawings in accordance with ACI SP-66. C. Perform Work in accordance with TxDOT Standard Specification Item 440 "Reinforcing Steel", as modified herein. D. Maintain one copy of each document on site. 1.6 COORDINATION A. Coordinate with placement of formwork,formed openings and other Work. Concrete Reinforcing 032000-2 PART 2 PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615/A615M, 60 ksi yield grade,plain billet bars,uncoated finish. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type,unfinished. B. Chairs,Bolsters,Bar Supports,and Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor retarder puncture. C. Special Chairs,Bolsters,Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic-coated steel hot-dip galvanized metal spacers with plastic tips, Stainless steel or plastic spacers type; size and shape to meet Project conditions. 2.3 FABRICATION A. Fabricate concrete reinforcement in accordance with CRSI Manual of Practice and ACI 318. B. Form standard hooks for 180 degree bends,90 degree bend, stirrup and tie hooks,and seismic hooks as indicated on Drawings. C. Reinforcing shall be bent cold,true to the shapes indicated on the drawings.Bending shall preferably be done in the shop. D. Irregularities in bending shall be cause for rejection. E. Form reinforcement bends with minimum diameters in accordance with ACI 318. F. Fabricate column reinforcement with offset bends at reinforcement splices. G. Form spiral column reinforcement from minimum 3/8 inch diameter continuous deformed bar or wire. H. Form ties and stirrups from the following: 1. For bars No. 10 and Smaller:No. 3 deformed bars. 2. For bars No. I 1 and Larger:No.4 deformed bars. L Locate reinforcement splices not indicated on Drawings,at point of minimum stress. Submit location of splices to Engineer for review and approval. 1. Refer to TxDOT Standard Specification Item 440,Article 440.2.E for nomenclature. Concrete Reinforcing 032000-3 2.4 SOURCE QUALITY CONTROL A. When fabricator is approved by authority having jurisdiction, submit certificate of compliance indicating Work performed at fabricator's facility conforms to Contract Documents. I. Specified shop tests are not required for Work performed by approved fabricator. PART 3 EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position beyond specified tolerance. 1. Do not weld crossing reinforcement bars for assembly. 2. Unless otherwise shown on the drawings,dimensions shown for reinforcing bars are out to out of steel. 3. All reinforcing steel shall be tied at all intersections.Where spacing is less than one foot in each direction,tie every other intersection. 4. Reinforcing steel shall be supported and tied in such a manner as to provide a sufficiently rigid cage of steel. 5. If the cage is not adequately supported to resist settlement or floating upward of the steel, over-turning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. 6. Sufficient measurements shall be made during concrete placement to insure that the reinforcement remains in the proper position. B. Do not displace or damage vapor retarder. C. Accommodate placement of formed openings. Check drawing requirements(plans, sections and details) for additional reinforcing steel at all openings. D. Space reinforcement bars with minimum clear spacing in accordance with ACI 318 of one bar diameter,but not less than 1 inch. I. Where bars are indicated in multiple layers,place upper bars directly above lower bars. E. For cast-in-place concrete,maintain concrete cover around reinforcement in accordance with ACI 318 as follows: Reinforcement Location Minimum Concrete Cover Concrete cast against and permanently exposed to 3 inches earth Concrete exposed to No. 6 bars and larger 2 inches earth or weather No. 5 bars and smaller 1-1/2 inches Concrete not No. 14 bars and larger 1-1/2 inches Concrete Reinforcing 032000-4 exposed to weather No. 11 bars and smaller 3/4 inches or in contact with ground; slabs,walls &joists Beams and Columns 1-1/2 inches Shell and Folded No. 6 bars and larger 3/4 inch Plate Members No. 5 bars and smaller 1/2 inch F. Minimum concrete cover over reinforcement shall be as specified in the table above unless specifically noted otherwise on the "Issued for Construction"drawings. Splice reinforcing where indicated on Drawings and in accordance with splicing device manufacturer's instructions. G. Bond and ground reinforcement in accordance with requirements of Section 26 05 26. H. Development and splices of reinforcing steel shall be in accordance with ACI 318 L When placed in the work,reinforcement shall be free from dirt,grease, oil, concrete laitance or other foreign matter prior to concrete placement. J. Reinforcing shall be free from injurious defects such as cracks and laminations. K. Install additional top and bottom corner bars,same size and quantity as the beam,footing or wall reinforcing, shown on the drawings and at all beam corners and interior/exterior beam, footing or wall intersections. L. Unless noted otherwise,corner or intersection bar lap lengths shall be a minimum of 40 bar diameters in both directions. 3.2 STORING A. Steel reinforcing 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. 3.3 ERECTION TOLERANCES A. Install reinforcement within the following tolerances for flexural members,walls, and compression members: Reinforcement Depth Depth Tolerance Concrete Cover Tolerance Greater than 8 inches plus or minus 3/8 inch minus 3/8 inch Less than 8 inches plus or minus 1/2 inch minus 1/2 inch Concrete Reinforcing 032000- 5 3.4 FIELD QUALITY CONTROL A. The contractor shall implement a quality control plan to ensure that the reinforcing size,type, finish, spacing,cover, splicing,material and placement are in accordance with the "Issued for Construction"drawings. B. If the project requires reinforcing inspections,no concrete shall be deposited until the engineer has inspected the reinforcing steel and has given permission to proceed with concrete placement. Notify the engineer a minimum of 48 hours prior to the planned concrete pour. C. The contractor shall provide free access to Work and cooperate with the engineer or engineer's appointed inspector. END OF SECTION Concrete Reinforcing 032000- 6 SECTION 03 30 00 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 SUMMARY A. Section includes cast-in-place concrete for the following: I. Building frame members. 2. Shear walls,elevator shafts, and foundation walls. 3. Supported slabs and slabs on grade. 4. Control and expansion joints. 5. Equipment pads. 6. Light pole and flagpole bases. 7. Thrust blocks. 8. Manholes and junction boxes. 9. Drainage inlets. 10. Headwalls and wingwalls. 11. Retaining walls. 12. Sidewalks and curb ramps. 13. Driveways. 14. Curbs and curb and gutter. 15. Concrete riprap. B. Related Sections: 1. Section 03 10 00-Concrete Forming and Accessories. 2. Section 03 20 00 - Concrete Reinforcing. 1.2 UNIT PRICE -MEASUREMENT AND PAYMENT A. Cast-in-place concrete shall not be measured and paid for separately;it shall be subsidiary to other items of work. 1.3 REFERENCES A. American Concrete Institute: I. ACI CT - Concrete Terminology. 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 305 -Hot Weather Concreting. 4. ACI 306.1 - Standard Specification for Cold Weather Concreting. 5. ACI 308.1 - Standard Specification for Curing Concrete. 6. ACI 309R-Guide for Consolidation of Concrete. 7. ACI 318 -Building Code Requirements for Structural Concrete. 8. ACI 347 -Guide to Formwork for Concrete. B. ASTM International: 1. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods,Wire,Profiles, and Tubes. Cast-In-Place Concrete 03 30 00- 1 2. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 3. ASTM C33 - Standard Specification for Concrete Aggregates. 4. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 5. ASTM C42 - Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 6. ASTM C78-Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading). 7. ASTM C94- Standard Specification for Ready-Mixed Concrete. 8. ASTM C 109-Standard Test Method for Compressive Strength of Hydraulic Cement Mortars(Using 2-in. Cube Specimens). 9. ASTM C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 10. ASTM C150- Standard Specification for Portland Cement. 11. ASTM C172 - Standard Practice for Sampling Freshly Mixed Concrete. 12. ASTM C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. 13. ASTM C 192 - Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. 14. ASTM C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 15. ASTM C260- Standard Specification for Air-Entraining Admixtures for Concrete. 16. ASTM C330- Standard Specification for Lightweight Aggregates for Structural Concrete. 17. ASTM C494- Standard Specification for Chemical Admixtures for Concrete. 18. ASTM C496-Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. 19. ASTM C595 - Standard Specification for Blended Hydraulic Cements. 20. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 21. ASTM C685 - Standard Specification for Concrete Made By Volumetric Batching and Continuous Mixing. 22. ASTM C845 - Standard Specification for Expansive Hydraulic Cement. 23. ASTM C920-Standard Specification for Elastomeric Joint Sealants. 24. ASTM C989 - Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. 25. ASTM C 1017 - Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. 26. ASTM C 1064- Standard Test Method for Temperature of Freshly Mixed Hydraulic-Cement Concrete. 27. ASTM C 1107 - Standard Specification for Packaged Dry,Hydraulic-Cement Grout (Nonshrink). 28. ASTM C 1116 - Standard Specification for Fiber-Reinforced Concrete and Shotcrete. 29. ASTM C 1157 - Standard Performance Specification for Hydraulic Cement. 30. ASTM C 1218 - Standard Test Method for Water-Soluble Chloride in Mortar and Concrete. 31. ASTM C 1240- Standard Specification for Silica Fume Used in Cementitious Mixtures. 32. ASTM D994-Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). Cast-In-Place Concrete 033000-2 33. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction(Nonextruding and Resilient Bituminous Types). 34. ASTM D1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 35. ASTM D6690- Standard Specification for Joint and Crack Sealants,Hot Applied,for Concrete and Asphalt Pavements. 36. ASTM E96 - Standard Test Methods for Water Vapor Transmission of Materials. 37. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 38. ASTM E154—Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs,on Walls,or as Ground Cover. 39. ASTM E1643 - Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill under Concrete Slabs. 40. ASTM E1745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs. C. Concrete Reinforcing Steel Institute: 1. CRSI Design Handbook. D. South Coast Air Quality Management District: 1. SCAQMD Rule 1168-Adhesive and Sealant Applications. 1.4 SUBMITTALS A. Product Data: Submit data on manufactured products, admixtures and vapor barrier. B. Design Data: 1. Submit concrete mix design for each concrete strength/class indicated on Drawings a minimum of fifteen days prior to concrete placement. Submit separate mix designs when admixtures are required for the following: a. Hot and cold weather concrete work. b. Air entrained concrete work. 2. Identify mix ingredients,including type,brand, source and proportions of cement,fly ash, and admixtures, as well as aggregate gradation and chemical composition. Also include applicable reference specifications and copies of test reports showing that the mix has been successfully tested to produce concrete with the properties specified and will be suitable for job conditions. 3. Admixtures shall not contain chloride ions. C. Certificate of Compliance: Submit to the Engineer for approval for each strength/class of concrete indicated on Drawings: 1. Aggregates 2. Admixtures 3. Cement 4. Fly Ash 5. Epoxy Grout D. Obtain approval by Engineer before concrete placement. Cast-In-Place Concrete 033000- 3 E. Manufacturer's Installation Instructions: Submit installation procedures and interface required with adjacent Work. 1.5 CLOSEOUT SUBMITTALS A. Project Record Documents: Accurately record actual locations of embedded utilities and components concealed from view in finished construction. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301 and 318. B. Conform to ACI 305 when concreting during hot weather. C. Conform to ACI 306.1 when concreting during cold weather. D. Acquire cement and aggregate from one source for Work. E. Maintain one copy minimum of each document on site. 1.7 DELIVERY A. Do not deliver concrete until forms,reinforcement,embedded items, and chamfer strips are in place and ready for concrete placement and Engineer's inspection has been completed satisfactorily. B. Packing and Shipping: 1. Deliver and store packaged materials in original containers until ready for use. 1.8 ENVIRONMENTAL CONDITIONS A. Maintain concrete temperature after installation at minimum 50 degrees F for minimum 7 days. B. Maintain high early strength concrete temperature after installation at minimum 50 degrees F for minimum 3 days. C. Concrete temperature at time of delivery shall not exceed 85 degrees F. Any temperature above this will not be accepted. Measures shall be taken to ensure proper temperature at time of placement. 1.9 COORDINATION A. Coordinate placement of joint devices,sleeves,penetrations,openings,conduits,piping, etc. with erection of concrete formwork and placement of form accessories. Cast-In-Place Concrete 033000-4 PART 2 PRODUCTS 2.1 CONCRETE A. Consistency of concrete mixtures shall be such that: 1. The mortar will cling to the coarse aggregate. 2. The aggregates will not segregate in the concrete when it is transported to the place of deposit. 3. The concrete,when dropped directly from the discharge chute of the mixer,will flatten out at the center of the pile,but the edge of the pile will stand and not flow. 4. The concrete and mortar will show no free water when removed from the mixer. 5. The concrete will slide and not flow into place when transported in metal chutes at an angle of thirty (30)degrees with the horizontal. 6. The surface of the finished concrete will be free of a surface film of"laitance". 2.2 CONCRETE MATERIALS A. Cement: ASTM C150,Type V- Sulfate Resistant Portland type. B. Site Mixed Cement 1. Cement used to make concrete shall be as indicated above. 2. Cement shall be of a standard brand manufactured by a reputable firm. 3. Only one brand of cement will be permitted unless otherwise authorized by the Engineer. 4. Each bag of cement shall be plainly marked with the name of the manufacturer and shall weigh no less than 94 pounds net. 5. Cement must be in good condition at the time it is delivered and it shall be properly protected against dampness after delivery. 6. No cement will be accepted which has become caked. C. Normal Weight Aggregates: ASTM C33. 1. The source of supply of fine and coarse aggregates shall be approved by the Engineer before any material is delivered. If required,samples of the fine or coarse aggregates shall be submitted to the Engineer for approval. 2. Each sample shall be accompanied by complete information as to the source,name of producer,capacity and type of plant. D. Lightweight Aggregate: ASTM C330. 1. Coarse Aggregate Maximum Size: In accordance with ACI 318. E. Water: ACI 318;potable,without deleterious amounts of chloride ions,oils,acids, alkali, salts, organic material or other substances that may be deleterious to concrete or steel. 2.3 ADMIXTURES A. Manufacturers: 1. BASF Construction Chemicals-Building Systems. 2. Euclid Chemical Company(The), an RPM companX. 3. Grace Construction Products, W.R. Grace & Co. -- Conn. 4. Sika Corporation. Cast-In-Place Concrete 033000- 5 5. Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. B. Air Entrainment: ASTM C260. C. Chemical: ASTM C494. 1. Type A-Water Reducing. 2. Type D-Water Reducing and Retarding. 3. Type F-Water Reducing,High Range. 4. Type G-Water Reducing,High Range and Retarding. D. Fly Ash: ASTM C618; Class F; 25%of cementitious materials by weight, maximum. E. Silica Fume: ASTM C1240. F. Plasticizing: ASTM C1017 1. Drilled piers; walls and columns where reinforcing steel is congested and additional fluidity is required in concrete mix without adding water: Type I,plasticizing 2. Drilled piers utilizing temporary casing: Type II,plasticizing and retarding. G. Prohibited admixtures include calcium chloride,thiocyanates, and all admixtures that contribute free chloride ion in excess of 0.1%by weight of cement. 2.4 ACCESSORIES A. Bonding Agent: Polymer resin emulsion,Polyvinyl Acetate,Latex emulsion,or two-component modified epoxy resin. 1. Manufacturers: a. Euclid Chemical Company(The), an RPM company. b. Meadows,W.R., Inc. c. QUIKRETE. d. Sika Corporation. e. Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. B. Vapor Barrier: ASTM E1745 Class A; 15 mil thick extruded polyolefin membrane; type recommended for below grade application.Furnish joint tape recommended by manufacturer. 1. Manufacturers: a. Stego Wrap by Stego Industries, LLC. b. VaporGuard by Griffol c. Zero-Perm by Alumiseal. d. Substitutions:Not Permitted. C. Non-Shrink Grout: ASTM C1107;premixed compound consisting of non-metallic aggregate, cement,water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. 1. Manufacturers: a. Euclid Chemical Company(The), an RPM company. b. QUIKRETE. Cast-In-Place Concrete 033000- 6 c. Sika Corporation. d. Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. D. Curing Compound: 1. A curing compound,which may be sprayed on the surface of the concrete to prevent evaporation of moisture,may be used with the Engineer's prior approval. This curing compound must be compatible with the sealer. 2.5 JOINT DEVICES AND FILLER MATERIALS A. Construction Joint Devices:Not Applicable. B. Expansion Joint Devices: 1. Paving joints a. Manufacturers: 1) Greenstreak#610 or#628 by Greenstreak,Inc. 2) Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. C. Expansion Joint Filler Material: 1. Joint Filler Type A: ASTM D994; Asphalt impregnated fiberboard or felt;thickness as specified on Drawings; tongue and groove profile. D. Sealant: ASTM C920,elastomeric, self-leveling polyurethane sealant or as indicated on Drawings. 2.6 CONCRETE MIX A. Select proportions for concrete in accordance with ACI 318 trial mixtures or field experience. B. Provide structural concrete to the following criteria,unless indicated otherwise on Structural Series Drawings: Minimum Max. Slump(in) Cement Maximum Types of Structures Compressive Aggregate Type Water-Cement Strength Size (in) Ratio (f,C) 28-day(psi) 3000 1 1/2 6 +/- 1 Type I 0.5 drilled piers, Normal underream piers 4000 1 4 +/- 1 Type I 0.45 spread footings and Normal pedestals,mat foundations,columns 4000 3/4 4+/- 1 Type I 0.45 slab on grade Normal foundations, Cast-In-Place Concrete 033000- 7 suspended slabs, beams,roof slabs, walls,retaining walls 4500 1 4+/- 1 Type I 0.42 bulkhead caps, Normal concrete at marine with structures Microsilica C. Provide concrete to the following criteria,unless indicated otherwise on Civil Series Drawings: Class of Minimum Minimum Minimum Maximum Types of Structures Concrete Cement Compressive Flexural Water-Cement Content Strength(f' (Beam) Ratio (sacks/CY) 28-day(psi) Strength(f,) (gal./sack) 7-da (psi) (wt.ratio) A 5.0 3000 N/A 6.5 0.58 driveways, sidewalks,curb& gutter,header curbs, curb ramps,curb inlets,valley gutters, storm water manholes,collars for manholes and valves,manhole footings, sign post and fence post footings,channel lining,riprap, safety end treatment,thrust blocks and bollards — B 4.5 2500 N/A 8.0 0.71 concrete cradle for Class A pipe bedding,concrete pipe collar for RCP C 6.0 3600 N/A 6.0 0.53 cast-in-place reinforced concrete box(RCB)culverts (except top slab for direct traffic culverts),headwalls, wingwalls, aprons for box culverts, grate inlets,post inlets, unction Cast-In-Place Concrete 033000- 8 boxes,low flow channel sections, cast-in-place bridge abutments and interior bents, concrete parapets S 6.5 4000 570 5.0 0.45 cast-in-place top slab for direct traffic culverts,cast-m- lace bride slabs P 5.5 4400 570 5.0 0.45 concrete pavement D. Slump requirements for concrete detailed on Civil Series Drawings shall be in accordance with Table 8 of TxDOT Item 421,unless indicated otherwise on Drawings. E. The maximum slump may be increased as specified with the addition of an approved admixture provided that the water/cement ratio is not exceeded.The Contractor shall be held responsible for the concrete being within the permissible ranges of slump. F. Admixtures: Include admixture types and quantities indicated in concrete mix designs only when approved by Engineer. I. Use accelerating admixtures in cold weather.Use of admixtures will not relax cold weather placement requirements. 2. Do not use calcium chloride or admixtures containing calcium chloride. 3. Use set retarding admixtures during hot weather. 4. Add air entrainment admixture to concrete mix for work exposed to freezing and thawing or deicing chemicals. 5. For concrete exposed to deicing chemicals,limit fly ash,pozzolans, silica fume, and slag content as required by applicable code. G. Average Compressive Strength Reduction: Not permitted. H. Ready Mixed Concrete: Mix and deliver concrete in accordance with ASTM C94/C94M. 1. When a truck mixer is used for delivery of concrete,no water from the truck water system or elsewhere shall be added after the initial introduction of the mixing water,except when on arrival at the job site the slump of the concrete is less than that specified. 2. Certification: The manufacturer of the concrete shall furnish to the Contractor with each batch of concrete before unloading at the site, a delivery ticket on which is printed,stamped, or written the following information: a. Name of ready mix batch plant. b. Serial number of ticket. c. Date and truck number. d. Name of Contractor. e. Designation of job. f. Class or designation of concrete. g. Amount of concrete (cubic yards). h. Time loaded. Cast-In-Place Concrete 033000- 9 i. Water added by receiver of concrete and his initials. J. Type,name and amount of admixture. I. Site Mixed Concrete: Mix concrete in accordance with ACI 318. J. Mortar Mixes for Concrete Finishes: 1. Mortar Mix for F4 Finish: Consist of 1 part cement and 1-1/2 parts fine sand passing Number 100 screen,mixed with enough water and emulsified bonding agent to have consistency of thick cream. 2. Mortar Mix for F5 Finish: Consist of 1 part cement to 1-1/2 parts of sand which passes Number 16 screen. PART 3 EXECUTION 3.1 EXAMINATION A. Verify requirements for concrete cover over reinforcement. B. Verify anchors, seats,plates,reinforcement and other items to be cast into concrete are accurately placed,positioned securely,and will not interfere or move from position with placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. Remove laitance,coatings, and unsound materials. B. In locations where new concrete is doweled to existing work,drill holes in existing concrete, insert steel dowels and epoxy as indicated on Drawings. C. Remove debris and ice from formwork,reinforcement, and concrete substrates. D. Remove water from areas receiving concrete before concrete is placed. E. Before beginning work,the contractor shall inform the Engineer fully on the methods of construction,which he proposes to follow,including the amount and character of the equipment which he plans to use on the work. F. Contractor is responsible for the safety and correctness of his method of construction, and for the adequacy of his equipment to carry out and complete the work in accordance with the contract documents. Concurrence on the part of the Engineer in any proposed method of construction, approval of equipment or the approval of concrete form plans shall not be considered as relieving the Contractor of his responsibility to provide for the safety of workers and the public. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 318. Cast-In-Place Concrete 033000 - 10 B. Notify testing laboratory and Engineer minimum 48 hours prior to commencement of operations. Engineer shall be permitted to inspect the forms,reinforcing steel placement and the preparations for placing the concrete with ample time for Contractor to correct any and all noted deficiencies before concrete arrives on site. C. The Contractor shall be responsible for the protection of all concrete placed under any and all weather conditions. D. Ensure reinforcement,inserts,embedded parts,formed expansion and contraction joints, and other cast-in items are not disturbed during concrete placement. E. When it is necessary to continue mixing,placing and finishing concrete after daylight hours, the work area shall be brilliantly lighted so that all operations are plainly visible. F. In general,concrete placing shall be so regulated that all finishing will be completed during daylight hours. G. Install vapor barrier under interior slabs on grade in accordance with ASTM E1643. Lap joints and seal watertight in accordance with manufacturer's installation instructions. H. Repair vapor barrier damaged during placement of reinforcing steel.Repair with vapor barrier material;lap over damaged areas and seal watertight in accordance with manufacturer's installation instructions. L Separate slabs on grade from vertical surfaces with 3/4 inch thick joint filler. J. Deposit concrete as nearly as practical in its final position. Prevent segregation of mix. K. Concrete placed with a tremie pipe shall not be allowed to free fall more than 6 feet,with the exception of concrete piers. L. Place concrete in continuous operation for each panel or section determined by predetermined joints. M. Consolidate concrete immediately after placing by use of internal concrete vibrators supplemented by hand spading,rodding and tamping. I. Air entrained concrete shall not be vibrated for more than 12 seconds. 2. Vibrators shall not be used to transport concrete inside forms. 3. The vibrating equipment shall at all times be adequate in number of units and power to properly consolidate all concrete. 4. Duration of vibration shall be limited to time necessary to produce satisfactory consolidation without causing objectionable segregation. 5. Vibrators shall be applied at uniformly spaced points not farther apart than the visible effectiveness of the machine. 6. Where conditions make consolidation difficult or where reinforcement is congested,batches of mortar containing the same proportions of cement,sand, and water used in the concrete shall first be deposited in the forms to a depth of at least one inch. Cast-In-Place Concrete 033000 - 11 N. Maintain records of concrete placement. Record date, location,quantity, air temperature, and test samples taken. O. Place concrete continuously between predetermined expansion,control, and construction joints. P. Do not interrupt successive placement between planned/approved joint locations; do not permit cold joints to occur. 1. A cold joint,as defined by ACI CT,is a joint or discontinuity resulting from a delay in placement of sufficient duration to preclude intermingling and bonding of the material. Q- 3.4 TRANSPORTING REQUIREMENTS A. Concrete mixed in stationary mixers or paving mixers and transported by non-agitating equipment shall be placed in the forms within 45 minutes from the time ingredients are charged into the mixing drum. B. Concrete that is truck mixed or transported in truck mixers or truck agitators shall be delivered to the site of the work and discharge completed in the forms within the time specified in ASTM C94. C. Transit-mixed concrete that is completely mixed at the site of concrete placement or batched cement and aggregates transported to mixers shall be placed in forms within 90 minutes after cement has been added. D. Concrete shall be placed in forms within 15 minutes after discharge from the mixer at the job site. 3.5 CONCRETE FINISHING—DESCRIPTION A. Cement for Finishes: I. Addition of white cement may be required to produce finish which matches color of concrete to be finished. B. Vertical Concrete Surfaces: Use following finishes for vertical concrete surfaces as indicated in section"Concrete Finishing—Application": 1. F1 Finish: No special treatment other than repair defective work and fill depressions I inch or deeper and tie holes with mortar after removal of curing membrane. 2. F2 Finish: No special treatment other than repair defective work,remove fins,fill depressions 1/2 inch or deeper and tie holes with mortar after removal of curing membrane. 3. F3 Finish: Repair defective work,remove fins,offsets, and curing membrane, and grind projections smooth.Fill depressions 1/4 inch or larger in depth or width and tie holes with mortar after removal of curing membrane. 4. F4 Finish: a. Same as specified for F3 finish,and in addition fill depressions and holes 1/16 inch or larger in width with mortar. b. `Brush-Off' sandblast surfaces prior to filling holes to expose all holes near surface of the concrete. Cast-In-Place Concrete 03 30 00 - 12 c. Thoroughly wet surfaces and commence filling of pits,holes,and depressions while surfaces are still damp. d. Perform filling by rubbing mortar over entire area with clean burlap, sponge rubber floats,or trowels. e. Do not let any material remain on surfaces,except that within pits and depressions. f. Wipe surfaces clean and moist cure. 5. F5 Finish: Receive same finish specified for F3 Finish, and in addition,receive special stoned finish in accordance with the following requirements: a. Remove forms and perform required repairs,patching, and pointing as specified in this Section. b. Wet surfaces thoroughly with brush and rub with hard wood float dipped in water containing 2 pounds of Portland cement per gallon. c. Rub surfaces until form marks and projections have been removed. d. Spread grindings from rubbing operations uniformly over surface with brush in such manner as to fill pits and small voids. e. Moist cure brushed surfaces and allow to harden for 3 days: 1) After curing,obtain final finish by rubbing with carborundum stone of approximately Number 50 grit until entire surfaces have smooth texture and uniform color. 2) Continue curing for remainder of specified time. f. If any concrete surface is allowed to become too hard to finish in above specified manner, sandblast and wash related surfaces exposed to view,whether finished or not. 1) While still damp,rub over surface,plastic mortar, as specified for brushed surfaces and handstoned with Number 60 grit carborundum stone,using additional mortar for brushed surfaces until surface is evenly filled without excess of mortar. 2) Continue stoning until surface is hard. 3) After moist curing for 3 days,make surface smooth in texture and uniform in color by use of Number 50 or Number 60 carborundum stone. 4) After stoning,continue curing until 7 day curing period is completed. C. Horizontal Concrete: After proper and adequate vibration and tamping,use following finishes for horizontal concrete surfaces as indicates in section"Concrete Finishing—Application": 1. S1 Finish: Screed to grade and leave without special finish. 2. S2 Finish: Smooth steel trowel finish. 3. S3 Finish: Steel trowel finish free from trowel marks. Provide smooth finish free of all irregularities. 4. S4 Finish: Steel trowel finish,without local depressions or high points,followed by a light hairbroom finish.Do not use stiff bristle brooms or brushes. Perform brooming parallel to slab drainage. Provide resulting finish that is rough enough to provide nonskid finish.Finish shall be subject to review and acceptance by the Owner and/or Engineer. 5. S5 Finish: Nonslip abrasive: After concrete has been screeded level and hardened enough to support a man standing on a board, sprinkle abrasive from shake screen into surface at a uniform rate of 25 pounds for each 100 square feet of surface area,wood float into finish, then trowel abrasive into surface with steel trowel properly exposing abrasive in surface as required to provide non slip surface. Cast-In-Place Concrete 03 30 00 - 13 3.6 CONCRETE FINISHING-APPLICATION A. Finish concrete surfaces as indicated on the Drawings. Where not specified or indicated on the Drawings,finish surfaces as follows: 1. F4 Finish for Following Vertical Surfaces: a. Concrete surfaces specified or indicated to be painted. b. Concrete surfaces,interior or exterior,exposed to view. 2. Surfaces in Open Channels,Basins,and Similar Structures: a. F3 Finish for vertical surfaces which are normally below water surface. b. F4 Finish for vertical surfaces located above normal water surface and exposed to view. c. Remove fins and fill tie holes from concrete surfaces located in closed boxes or channels where there is normally no access or passageway. 3. S4 Finish for Following Surfaces: a. Exterior walkways. b. Tops of exterior walls or beams which are to serve as walkways. c. Tops of exterior walls or beams which are to support gratings. 4. S3 Finish for Following surfaces: a. Building and machine room floors which are not covered with surfacing material: Provide floors that are free from trowel marks. 5. S2 Finish for Following Surfaces: a. Tops of corbels. b. Tops of walls and beams not covered above in S4 Finish. c. Tops of slabs not covered in S1 Finish below. d. All other surfaces not specified to be finished otherwise. 6. S1 Finish for Following Surfaces: a. Basin bottoms to which layer of grout is to be applied. b. Projecting footings which are to be covered with dirt. c. Slab surfaces which are to be covered with concrete fill. B. Concrete Floor Surfaces to which Surfacing Material is Applied 1. Finish smooth with tolerance within 1/8 inch in 10 feet in any direction from lines indicated on the Drawings. a. Wood float surfaces receiving quarry tile,ceramic tile or terrazzo with full bed setting system. b. Steel trowel surfaces receiving carpeting,resilient flooring, seamless flooring, thin set quarry tile,or thin set ceramic tile. C. In areas with floor drains,maintain floor elevation at walls;pitch surfaces uniformly to drains as indicated on drawings. D. Defects: Concrete with excessive honeycomb(including exposed steel reinforcing,cold joints, entrapped debris, separated aggregate,or other defects)which affect the serviceability or structural strength will be rejected,unless correction of defects is approved. Obtain approval of corrective action prior to repair. The surface of the concrete shall not vary more than the allowable tolerances of ACI 347. Exposed surfaces shall be uniform in appearance and finished as specified above. Cast-In-Place Concrete 033000 - 14 3.7 CURING AND PROTECTION A. Immediately after placement,protect concrete from premature drying,excessively hot or cold temperatures, and mechanical injury. 1. Protect concrete footings from freezing for minimum 5 days. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. Cure concrete in accordance with ACI 301,ACI 308.1 and ACI 318. C. Curing shall be continuous for a minimum of 7 days or until 70% of the specified compressive strength has been obtained. D. Contractor shall submit the curing method selected from those published in ACI 308.1 to the Engineer of Record for approval. 3.8 FIELD QUALITY CONTROL A. Field testing will be performed by an independent commercial testing laboratory,retained by the Owner at his expense,in accordance with ACI 318. 1. Two copies of all test reports shall be furnished directly to the Owner. B. Provide free access to Work and cooperate with appointed testing firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Concrete Inspections: 1. Continuous Placement Inspection: Inspect for proper installation procedures. 2. Periodic Curing Inspection: Inspect for specified curing temperature and procedures. E. Strength Test Samples: 1. Sampling Procedures: ASTM C172. 2. Cylinder Molding and Curing Procedures: ASTM C31,cylinder specimens, standard cured. 3. Sample concrete and make one set of four 6-inch diameter by 12-inch long test cylinders for every 50 cu yds or less of each class of concrete placed each day,or any fraction thereof. 4. When volume of concrete for any class of concrete would provide less than 5 sets of cylinders,take samples from five randomly selected batches,or from every batch when less than 5 batches are used. 5. Make one additional cylinder during cold weather concreting and field cure. F. Field Testing: 1. Slump Test Method: ASTM C143. 2. Air Content Test Method: ASTM C 173 or ASTM C231. 3. Temperature Test Method: ASTM C1064. 4. Measure slump and temperature at commencement of concrete placement,for each compressive strength concrete sample, and for each batch(minimum)or every 10 cubic yards(maximum)of concrete. Cast-In-Place Concrete 03 30 00 - 15 5. Measure air content in air entrained concrete at commencement of concrete placement,for each compressive strength concrete sample, and for each batch(minimum)or every 10 cubic yards(maximum)of concrete. G. Cylinder Compressive Strength Testing: 1. Test Method: ASTM C39. 2. Test Acceptance: In accordance with ACI 318. 3. Test one cylinder at 7 days. 4. Test two 6-inch diameter by 12-inch long cylinders at 28 days. 5. Retain one cylinder for testing when requested by Engineer. 6. Dispose of remaining cylinders when testing is not required. H. Core Compressive Strength Testing: 1. Sampling and Testing Procedures: ASTM C42. 2. Test Acceptance: In accordance with ACI 318. 3. Drill three cores for each failed strength test from concrete represented by failed strength to st. I. Water Soluble Chloride Ion Concentration Test Method: ASTM C1218;tested at 28 days. 1. Maximum Concentration:As permitted by applicable code. J. Maintain records of concrete placement.Record date,location,quantity, air temperature and test samples taken. 3.9 DEFECTS A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Concrete with honeycomb(including exposed steel reinforcing,cold joints,entrapped debris, separated aggregate,or other defects)which affects the serviceability or structural strength will be rejected,unless correction of defects is approved. Obtain approval of corrective action prior to repair. 1. As described in ACI 309R,honeycomb occurs when the mortar does not fill the space between the coarse aggregate particles and when it shows on a surface,it is necessary to chip out the area and make a repair. C. The surface of the concrete shall not vary in alignment more than the allowable tolerances of ACI 347. D. Exposed surfaces shall be uniform in appearance and finished as specified in the "Concrete Finishing"paragraphs above. E. Patch imperfections as directed by Engineer. 3.10 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines,details,dimensions,design strength,tolerances or specified requirements. Cast-In-Place Concrete 033000 - 16 B. Repair or replacement of defective concrete will be determined by Engineer. C. Do not patch, fill,touch-up,repair,or replace exposed concrete except upon express direction of Engineer for each individual area. D. Failure to Meet Strength Requirements: I. The Engineer shall have the right to require changes in proportions,or to require additional curing on those portions of the structure represented by the test specimens,which failed. 2. If additional curing does not give the strength required,the Engineer shall have the right to require strengthening or removal and replacement of those portions which fail to develop required strength. 3. Specimens will be considered to have failed when average strength for any period of placing is less than values indicated in the following table: No.Days Consecutive Placing of Percent of Strength Specified Any One Class of Concrete 1 85 2 95 3 95 5 or more 100 4. When additional curing of portions of the structure is ordered by the Engineer,it shall be done at Contractor's expense and no claim for extra compensation for such additional curing shall be allowed. 5. In no case shall the Contractor be required to provide such additional curing beyond a total of 21 days,except where average strength of specimens,representing concrete placed on any three consecutive days, fall below 80%of the value specified in the"Concrete Mix" section of this specification. In this case,curing shall be continued until cores drilled from portions of the structure involved show an average strength equal to that specified in the "Concrete Mix" section of this specification. Cores shall have a diameter of approximately three times the maximum size aggregate and shall be tested in accordance with ASTM C42. END OF SECTION Cast-In-Place Concrete 033000 - 17 Appendix 1 GREENWOOD SENIOR CENTER FOUNDATION SETTLEMENT AND BUILDING STRUCTURAL ASSESSMENT City Project No. E15196 Engineering Services Post Office Box 9277 Corpus Christi, TX 78469 BY LNV Solutions Today with a Vision for Tomorrow engineers I architects I contractors TBPE Firm No. F-366 LNV Project No. 150444 DECEMBER 2015 LNV SOLUTIONS TODAY WITH engineers I architects I contractors A VISION FOR TOMORROW December 8, 2015 City of Corpus Christi Engineering Services Post Office Box 9277 Corpus Christi, Texas 78469 Attn: Mr. Shane Torno, PE Project Manager Re: Structural Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment(City Project No. E15196) Dear Mr. Torno, As requested, LNV, Inc. performed the foundation settlement and building structural assessment of the Greenwood Senior Center located at 4040 Greenwood Drive, Corpus Christi, TX. The findings and recommendations of this assessment are presented in the accompanying report. Three (3) copies of the report are being transmitted herewith. We appreciate the opportunity to assist you with this assessment. If you have any questions regarding the content of this letter report please call me at 361-883-1984 or email me at dlawrenceO)Invinc.com. Sincerely, LNV engineers I architects I contractors TBPE Firm No. F-366 OF f � g•.• '••t4d, 11 X...1.•d....•.•.•..•.•....:.../ Dou as H. La rence, P.E. P- DOUGLAS•N.�•LAWRENCE•� 109521 Project Manager /�j %4/06N' •..•'�� / I;F •00 my 12 18I 1 . . /5 ;� ='0 Attachment 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 OFFICE 361.883.1984 1 FAx 361.883.1986 1 WWW.LNVINC.COM City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 CITY OF CORPUS CHRISTI—ENGINEERING SERVICES GREENWOOD SENIOR CENTER FOUNDATION SETTLEMENT AND BUILDING STRUCTURAL ASSESSMENT CORPUS CHRISTI, TEXAS CITY PROJECT NO. E15196 TABLE OF CONTENTS Page Executive Summary i Engineering Letter Report Purpose and Scope 1 Description 1 Background 1 Findings 1 Professional Opinion and Recommendations 3 Preliminary Estimate of Probable Construction Costs (+/- 30%) 5 Summary 5 General Comments 6 Appendix A— Digital Photographs Photo Location Plan 8 Digital Photographs 9 Appendix B - Exhibits Exhibit A— Floor Elevation Survey 21 L14V engineers I architects I contractors TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 Executive Summary December 2015 CITY OF CORPUS CHRISTI —ENGINEERING SERVICES GREENWOOD SENIOR CENTER FOUNDATION SETTLEMENT AND BUILDING STRUCTURAL ASSESSMENT CORPUS CHRISTI, TEXAS CITY PROJECT NO. E15196 EXECUTIVE SUMMARY As requested by the City of Corpus Christi, Engineering Services, LNV performed a visual structural condition assessment of the Greenwood Senior Center located at 4040 Greenwood Drive, Corpus Christi, TX to assess and address reported foundation settlement and the overall general structural condition of the building. Our assessment includes a review of existing plans, visual observation of the full building, and conducting a floor elevation survey of the entire building foundation in order to provide recommendations and an estimate of probable costs for repairs. However, no structural analysis or calculations were performed for this scope of work. The Greenwood Senior Center is located in Corpus Christi on Greenwood Drive near Horne Road. The building is one of eight Senior Centers operated by the City of Corpus Christi to assist with the daily needs of the elderly in the community. The building is a single-story; steel framed structure with concrete wall panels supported by what appears to be a slab-on-grade reinforced concrete foundation system. The Greenwood Senior Center was constructed in the mid 1970's. A steel framed addition with metal stud infill on a slab-on-grade concrete foundation system was constructed on the north side of the building around 1989. The City of Corpus Christi is conducting condition assessments of several of its Senior Centers around town. Separation and cracking of the interior gypsum board sheathing and vinyl floor tile as well as cracks in the visible portions of the concrete slab has been reported at the Greenwood Senior Center. These are typical indicators of differential foundation movement and the City of Corpus Christi is needing an order of magnitude opinion of the current condition of the structure and foundation system. Differential settlement/movement is evident in the grade supported concrete foundation system of the building as well as spalling of the concrete wall panels and deterioration of exterior wood framing and fascia elements. The findings noted in this assessment report can be attributed to the structures age and only minimal maintenance provided, based on our experience with assessments of this type. The foundation movement is throughout the entire building foundation system and varies between 'h-inch to 2-inches. While this movement is not excessive, it does manifest itself by producing cracks in the foundation and walls of the structure. It is LNV's opinion that the building is still in sound condition, with isolated areas of the buildings structural components requiring repairs. LNV recommends that detailed repair plans be created and implementation of those repairs begin within the next 6 to 9 months to extend the life of the Greenwood Senior Center. If repairs are not performed in a timely manner, the foundation and structure will continue to degrade at an increasing rate such that the overall condition of the structure is too costly to repair. Repairs may be conducted in stages with the most critical repairs, such as the spalling concrete and exposed steel at the base of the concrete wall panels, deteriorated wood columns and hurricane anchors, and tripping hazards created by the differential movement between concrete flatwork and the foundation system, completed first and U4V engineers I architects I contractors. I TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 Executive Summary December 2015 subsequent repairs scheduled for completion. Upon completion of repairs, the City of Corpus Christi should establish a maintenance program for the center in order to minimize future repair costs and extend the life of the structure. PRELIMINARY ESTIMATE OF PROBABLE COSTS (+/-30%) DESCRIPTION QTY UNIT UNIT COST TOTAL 1. Mobilization/Demobilization 1 LS $ 5,000.00 $ 5,000 2. General Conditions 1 LS $ 2,500.00 $ 2,500 3. Column & uplift strap/anchor replacement 4 EA $ 1,000.00 $ 4,000 4. Remove and replace tile flooring 500 SF $ 25.00 $ 12,500 5. Foundation crack repair 125 LF $ 125.00 $ 15,625 6. Foundation/Paving joint cleaning & repair 200 LF $ 30.00 $ 6,000 7. Wall crack repair(gypsum sheathing) 100 LF $ 50.00 $ 5,000 8. Wall crack repair (concrete) 15 LF $ 125.00 $ 1,875 9. Wall joint repair(concrete & gypsum sheathing) 150 LF $ 25.00 $ 3,750 10. Wall spalling concrete repair 50 LF $ 365.00 $ 18,250 11. Wood fascia removal and disposal (partial only) 500 SF $ 15.00 $ 7,500 12. Wood fascia installation (partial only) 500 SF $ 30.00 $ 15,000 13. Brick mortar repointing 1,000 SF $ 15.00 $ 15,000 SUB-TOTAL $ 112,000 20% CONTINGENCY $ 22,400 ESTIMATED ENGINEERING $ 15,350 ESTIMATED INSPECTION (Except column & uplift strap/anchor replacement) $ 4,500 ESTIMATED WINDSTORM INSPECTION &CERTIFICATION For column and uplift strap/anchor replacement $ 2,200 ESTIMATED REPAIR TOTAL $ 156,450 NOTE: 1.) Detailed design and construction documents are required for all repairs. 2.) Administrative fees associated with City of Corpus Christi project management have not been included in this preliminary estimate. 3.) Preliminary estimate of probable costs presented is for structural repairs only. ` 4V engineers I architects I contractors II TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 CITY OF CORPUS CHRISTI —ENGINEERING SERVICES GREENWOOD SENIOR CENTER FOUNDATION SETTLEMENT AND BUILDING STRUCTURAL ASSESSMENT CORPUS CHRISTI, TEXAS CITY PROJECT NO. E15196 I. PURPOSE AND SCOPE As requested by the City of Corpus Christi, Engineering Services, LNV performed a visual structural condition assessment of the Greenwood Senior Center located at 4040 Greenwood Drive, Corpus Christi, TX to assess and address reported foundation settlement and the overall general structural condition of the building. Our assessment includes a review of existing plans, visual observation of the full building, and conducting a floor elevation survey of the entire building foundation in order to provide recommendations and an estimate of probable costs for repairs. However, no structural analysis or calculations were performed for this scope of work. II. DESCRIPTION The Greenwood Senior Center is located in Corpus Christi on Greenwood Drive near Horne Road (See Photograph Nos. 1 and 2). The building is one of eight Senior Centers operated by the City of Corpus Christi to assist with the daily needs of the elderly in the community. The building is a single-story; steel framed structure with concrete wall panels supported by what appears to be a slab-on-grade reinforced concrete foundation system (See Photograph Nos. 3, 4, 5, and 6). The Greenwood Senior Center was constructed in the mid 1970's. A steel framed addition with metal stud infill on a slab-on- grade concrete foundation system was constructed on the north side of the building around 1989. III. BACKGROUND The City of Corpus Christi is conducting condition assessments of several of its Senior Centers around town. Separation and cracking of the interior gypsum board sheathing and vinyl floor tile as well as cracks in the visible portions of the concrete slab has been reported at the Greenwood Senior Center. These are typical indicators of differential foundation movement and the City of Corpus Christi is needing an order of magnitude opinion of the current condition of the structure and foundation system. IV. LNV FINDINGS LNV conducted a site visit on October 14, 2015 and November 5, 2015 to assess the facility and gather information. The floor elevations obtained are presented in Exhibit A. Photograph locations can be referenced in Exhibit B. The following is a list of findings documented during the site visits: Building Exterior: 1. In a few locations around the perimeter of the courtyard and exterior building perimeter, there is spalling concrete at the base of the wall panels that varies from approximately 4 inches to 6 inches in height (See Photograph No 7). ` %V engineers I architects I contractors Pagel of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 2. There is minor cracking near the joints in the concrete wall panels at a few locations along the exterior walls between the brick veneer sections (See Photograph No 8). 3. There is an approximate 1-inch wide joint on the west wall between the original structure and the addition, and the joint is no longer properly sealed at the bottom (See Photograph No 9). 4. At the entrance to the building there are paving sections that are undergoing differential movement and creating a tripping hazard due to the elevation difference at the joint between the building foundation or curb and paving section (See Photograph No 10). 5. Near the loading dock at the rear/northeast portion of the building, there is an approximate 1-inch to 1.5-inch wide horizontal gap approximately 48-inches long between the building foundation and concrete paving where water can access beneath the building foundation (See Photograph No 11). 6. It appears that drainage along the south and east sides of the building is inadequate; with the adjacent grade sloping toward the building foundation system allowing water to pond adjacent to the building foundation (See Photograph No 12). 7. At the loading dock, it appears as though the concrete paving is slightly sloping toward the building (See Photograph No 11). 8. There are several locations where the wooden fascia is deteriorated (See Photograph No 13). 9. A few of the columns supporting the courtyard roofing overhang are deteriorated and several of the straps and anchors used to accommodate wind uplift are rusted, pitted and deteriorated (See Photograph Nos. 14 and 15). Building Interior: 1. There are several cracks in the interior gypsum board sheathing and between sheathing joints, as well as several cracks within and between exposed concrete wall panels (See Photograph Nos. 16, 17, and 18). The cracks in the concrete range in width of approximately 1/16-inch wide to 1/4-inch wide. Some of the cracks are more prevalent than others; however, there are only a few cracks in the concrete that would require some sort of minor repair or sealing. 2. There is an approximate 1/2-inch separation between the column and concrete wall panel in the northernmost room along the west wall (See Photograph No 19). 3. There is minor cracking around what appears to be connection plates at the corner between concrete wall panels on the east wall (See Photograph No 20). 4. There is cracking and separation present in and between floor tiles, cracking in the concrete where there is no floor covering and cracking in the concrete paving adjacent to L14V engineers I architects I contractors Page 2 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 the foundation system, all indications of differential foundation movement (See Photograph Nos. 21 and 22). 5. Floor elevation survey indicates differential movement across the foundation system. This movement is throughout the entire building foundation system and varies between 'h-inch to 2-inches (See Exhibit A for Floor Elevation Survey). While this movement is not excessive, it does manifest itself by producing cracks in the foundation and walls of the structure. V. PROFESSIONAL OPINION & RECOMMENDATIONS Differential movement is being seen in the grade supported concrete slab foundation system and is visible in the form of cracking and separations observed in the tile floor covering, visible portions of the concrete slab, visible concrete wall panels and interior gypsum wall sheathing. This movement is throughout the entire building foundation system and varies between '/2-inch to 2-inches. While this movement is not excessive, it does manifest itself by producing cracks in the foundation and walls of the structure. Differential foundation movement is a common occurrence with grade supported foundation systems in this area due to the highly expansive clay soils. Expansive soils shrink when allowed to dry and swell or expand when saturated. There are two large trees and planting areas in the interior courtyard area, but not around the exterior perimeter of the building. Planting areas tend to get watered more frequently, causing the soil in these areas to swell, while the soil around the remainder of the building may be drying out causing it to shrink. The roots of large trees and vegetation placed near a foundation will also pull moisture away from it, while the increased moisture present in planting areas adjacent to the foundation tends to draw roots toward and underneath the foundation system. The presence of roots beneath the foundation system will draw moisture from localized interior supporting soils beneath the foundation, which typically do not have much variance in moisture content, causing them to begin to dry out and shrink. There is also poor drainage evident along the south and east sides of the building, which allows water to pond adjacent to the foundation system causing localized areas of the supporting soils to swell. In addition, there are a few gutter down spouts that currently drain onto the concrete paving adjacent to the foundation system, which slopes back toward the foundation. The expansion joints between the concrete paving and the building foundation are deteriorated or no longer sealed adequately, allowing water runoff direct access to the underlying soils supporting the foundation system. This water runoff as well as site runoff directed toward the foundation system transports the finer soil particles from beneath the foundation which then causes voids and promotes differential settlement around the perimeter of the grade supported foundation system. All expansion joints need to be thoroughly cleaned out, have a polyethylene backer rod installed and have joint sealant installed to prevent runoff from penetrating the joint. Positive drainage away from the building and maintaining uniform moisture content around the perimeter of the foundation should be provided to minimize future differential movement in the grade supported foundation systems. Concrete flatwork can be hydraulically lifted using high density expanding polyurethane (HDEP) to minimize elevation differences, and tripping hazards, at joints between the concrete flatwork and the building foundation. ` 4V engineers I architects I contractors Page 3 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 The areas of the concrete wall panels with spalled concrete would need to be chipped down to sound concrete. Any exposed reinforcing steel and steel channels or plates would need to be cleaned to remove corrosion and rust and corrosion inhibitor applied to mitigate corrosion. A specialty concrete repair material can then be installed to the required thickness to match the adjacent wall surface. A finish material can then be applied to match the texture and color of the existing finish. Cracks present in the concrete wall panels and the concrete slab, both exterior and interior, can be either notched into a "V" for repair with a specialty concrete repair material or epoxy injected to seal the crack to prevent moisture infiltration and retard further deterioration and spalling of the concrete. The method used for each crack will be determined based on the width of the crack. Deteriorated wood fascia at the eave of the building and deteriorated wood post columns around the courtyard area should be removed and replaced with new pressure treated materials. New uplift straps will be required at all locations where the existing straps are deteriorated and where new wood columns are installed. It is LNV's opinion that the building is still in sound condition, with isolated areas of the buildings structural components requiring repairs. LNV recommends that detailed repair plans be created and implementation of those repairs begin within the next 6 to 9 months to extend the life of the Greenwood Senior Center. If repairs are not performed in a timely manner, the foundation and structure will continue to degrade at an increasing rate such that the overall condition of the structure is too costly to repair. Repairs may be conducted in stages with the most critical repairs, such as the spalling concrete and exposed steel at the base of the concrete wall panels, deteriorated wood columns and hurricane anchors, and tripping hazards created by the differential movement between concrete flatwork and the foundation system, completed first and subsequent repairs scheduled for completion. Upon completion of repairs, the City of Corpus Christi should establish a maintenance program for the center in order to minimize future repair costs and extend the life of the structure. ` 4V engineers I architects I contractors Page 4 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 VI. PRELIMINARY ESTIMATE OF PROBABLE COSTS (+/-30%) DESCRIPTION QTY UNIT UNIT COST TOTAL 1. Mobilization/Demobilization 1 LS $ 5,000.00 $ 5,000 2. General Conditions 1 LS $ 2,500.00 $ 2,500 3. Column & uplift strap/anchor replacement 4 EA $ 1,000.00 $ 4,000 4. Remove and replace tile flooring 500 SF $ 25.00 $ 12,500 5. Foundation crack repair 125 LF $ 125.00 $ 15,625 6. Foundation/Paving joint cleaning & repair 200 LF $ 30.00 $ 6,000 7. Wall crack repair(gypsum sheathing) 100 LF $ 50.00 $ 5,000 8. Wall crack repair (concrete) 15 LF $ 125.00 $ 1,875 9. Wall joint repair(concrete & gypsum sheathing) 150 LF $ 25.00 $ 3,750 10. Wall spalling concrete repair 50 LF $ 365.00 $ 18,250 11. Wood fascia removal and disposal (partial only) 500 SF $ 15.00 $ 7,500 12. Wood fascia installation (partial only) 500 SF $ 30.00 $ 15,000 13. Brick mortar repointing 1,000 SF $ 15.00 $ 15,000 SUB-TOTAL $ 112,000 20% CONTINGENCY $ 22,400 ESTIMATED ENGINEERING $ 15,350 ESTIMATED INSPECTION (Except column & uplift strap/anchor replacement) $ 4,500 ESTIMATED WINDSTORM INSPECTION &CERTIFICATION For column and uplift strap/anchor replacement $ 2,200 ESTIMATED REPAIR TOTAL $ 156,450 NOTE: 1.) Detailed design and construction documents are required for all repairs. 2.) Administrative fees associated with City of Corpus Christi project management have not been included in this preliminary estimate. 3.) Preliminary estimate of probable costs presented is for structural repairs only. VII. SUMMARY Differential settlement/movement is evident in the grade supported concrete foundation system of the building as well as spalling of the concrete wall panels and deterioration of exterior wood framing and fascia elements. The findings noted in this assessment report can be attributed to the structures age and only minimal maintenance provided, based on our experience with assessments of this type. The foundation movement is throughout the entire building foundation system and varies between 'h-inch to 2-inches. While this movement is not excessive, it does manifest itself by producing cracks in the foundation and walls of the structure. It is LNV's opinion that the building is still in sound condition, with isolated areas of the buildings structural components requiring repairs. LNV recommends that detailed repair plans be created and implementation of those repairs begin within the next 6 to 9 months to extend the life of the Greenwood Senior Center. If repairs are not performed in a timely manner, the foundation and structure will continue to degrade at an increasing rate such that the overall condition of the structure is too costly to repair. Repairs may be conducted in stages with the most critical repairs, such as the spalling concrete and exposed steel at the base of the concrete wall panels, deteriorated wood columns and hurricane anchors, and tripping hazards created by the differential movement between concrete flatwork and the foundation system, completed first and ` 4V engineers I architects I contractors Page 5 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 subsequent repairs scheduled for completion. Upon completion of repairs, the City of Corpus Christi should establish a maintenance program for the center in order to minimize future repair costs and extend the life of the structure. VIII. GENERAL COMMENTS My professional services have been rendered with care and diligence and in a manner customary for professionals involved with visual assessments. This visual assessment does not include a detailed analytical study of the actual structural elements; nor does this report warrant the structural quality of any structural members or components which are not exposed and are not readily available for visual assessment or other areas not mentioned in this report, nor does it imply that the structural members or components are free from defects, including but not limited to poor material quality. 1 hereby certify that 1 have no interest, present or contemplated, in this property or its improvements; that my visual observation was made with reasonable care; and that the information contained in this report is based on my best professional judgment. This letter report is not a guarantee and carries no warranty, expressed or implied. U4V engineers I architects I contractors Page 6 of 21 TBPE Firm No.F-366 City of Corpus Christi—Capital Programs Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 APPENDIX A DIGITAL PHOTOGRAPHS LMV engineers I architects I contractors Page 7 of 21 TBPE Firm No.F-366 MP1N ENTRANCE 19 L 12 ADMINISTRATION _ MEN'S WOMEN'S 4 FOYER vi a Sa Ifi CONSTRUCTION MON R ___",--COLUMN UNE(TYP.) 14 15 UNKNOWN _ (SEE NOTE) HVAC - a CAFETERIA i i LLl 3 W N 11/ N Z v w�� r COURTYARD m O U ZU FITNESS CENTER •;O Q W�Q \ �'zU KITCHEN /QI,,O 0 CONCRETE WALLS STORAGE (SEE NNOTE) V r0 O L W F O Qw0 —CORRIDOR— `CD w d LOADING F_ k DOCK N FIRST P10 a MAINTENANCE 11 COVERED SIDEWALK '�U^ z0 4 O O fi 22 17 21 BINGO ROOM COMPUTER IAB BILLIARDS ROOM pC mm3 20 Lego s •NOTE: NO ACCESS TO THESE AREAS AT TIME m E OF THE ELEVATION SURVEY. �w !g PHOTO LOCATION PLAN Z v }!; N.T.S. v eE City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 Crosstown Greenwood rtOAFExpressway Drive Horne Road t ,t MacArthur - as Street �r Greenwood ` Senior Center ; " ImpYy@ffiS5RO0�lMI�d�mQ015 Google 2DOh Photograph No. 1 — Overall Google Map of Project Location Greenwood NO Drive f Greenwood Senior , 4° Center _C t Corpus Y � Christi Health Ben F. �` Department McDonald - , Public Library r -n k—gary 62015 Google,Map date 02015 Cnngle S0 ft Photograph No. 2 — Close Up Google Map of Project Location LNV engineers I architects I contractors Page 9 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 Concrete wall panels with partial brick veneer t North side building __ Tree located addition _ at interior courtyard area Entrance Asphalt _ _ canopy paved parking area Photograph No. 3 — West Exterior Face of Building Weathered Gutter down wood panel spout system system at fascia Metal stud framing with brick veneer T � w Gutter down spout system draining at face of foundation; no splash block Photograph No. 4 — North Exterior Face of Building Addition L14V engineers I architects I contractors Page 10 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 Tree located at interior Concrete courtyard wall panels with partial Weather brick veneer wood panel system at fascia �►a Concrete paving sections at loading dock _ area Photograph No. 5 — East Exterior Face of Building Concrete wall Trees panels with located at partial brick �.- interior veneer courtyard High point in Existing grade - SIP I existing slopes toward S grade building creating poor drainage Photograph No. 6 — South Exterior Face of Building LNV engineers I architects I contractors Page 11 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 Concrete wall panel r Exposed and corroded cast-in steel ' members at base of wall Spalling _ panels concrete at base of wall panels Concrete flatwork r &I+ Photograph No. 7 —Typical Spalling Concrete at Base of Exterior Concrete Wall Panels in Courtyard Area Vertical joint Cracking of between finish concrete wall material on panels concrete wall panel adjacent to panel joint Concrete wall panel Concrete wall panel with brick veneer Photograph No. 8 — Typical Minor Cracking in Exterior West Concrete Wall Panels LMV engineers I architects I contractors Page 12 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 I' Vertical joint between Metal stud existing framing at structure and addition with addition full height brick veneer Concrete wall panel at Joint no longer existing properly sealed at building base of wall panel I. tort�►�te Photograph No. 9 — Vertical Joint Between Existing Structure and Addition on West Wall Differential 7 movement "-Y Concrete between adjacent - - wall panels concrete paving ' with partial sections creating brick veneer tripping hazard at entry. Joint is E i l G f N t E currently painted E Differential yellow. movement evidenced by heaved corner of concrete flatwork Photograph No. 10 — Differential Movement in Flatwork at Entry LNV engineers I architects I contractors Page 13 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 Gutter down spout system h draining at gap between t. Differential paving and foundation foundation �� movement Slope creating Flatwork sloping tripping toward building hazard at foundation. joints of Missing joint .a` �, concrete sealant between flatwork foundation and +.,. flatwork allows ` moisture to Spalling penetrate joint concrete at ._ base of Cracking in �,, `` concrete wall concrete flatwork panel due to differential movement of paving sections Photograph No. 11 — Differential Foundation Movement and Spalling Concrete at Base of Wall Panel at Loading Dock Area Deteriorated Concrete wall wood fascia panels with and trim partial brick veneer � � � `- Color Finished Unfinished variation below brick Slope veneer indicates a Slope previous finish no longer present High point ridge in adjacent grade Photograph No. 12 — Poor Drainage Visible at South Face of Building L14V engineers I architects I contractors Page 14 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 Deteriorated wood fascia at eave near entrance Vertical joint between concrete wall panels Concrete wall UU - panel with partial brick veneer Photograph No. 13 — Typical Deterioration and Weathering of Wood Fascia and Trim at Eave North of Entrance + ' ;, r� Concrete flatwork Planting area around perimeter of courtyard �. Wood column xJ supporting Gutter down courtyard �'"`� r patio roof spout system �=. dispensing to _ framing with underground deterioration drainage present at system base Photograph No. 14 — Interior Courtyard Area Looking South L14V engineers I architects I contractors Page 15 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 Gutter down � JAMW Spout dispensing to underground Wood column drainage supporting courtyard patio roof - framing with deterioration present at base Planting area at interior �_ •-_ = Deteriorated courtyard uplift anchor at base of wood column IL Photograph No. 15 — Deteriorated Wood Column Base in Courtyard Area Looking South Vertical cracks present in ! interior gypsum board sheathing Photograph No. 16 — Cracking of Interior Wall Finish in Cafeteria Area LNV engineers I architects I contractors Page 16 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 4 I nterlor Significant gypsum wall cracking and sheathing over separation concrete wall present in f panels gypsum board wall sheathing 9�a��3B�ti� Photograph No. 17 — Interior of West Wall in Bingo Room Looking West Cracking and i separation present in gypsum board wall sheathing over concrete wall panels Photograph No. 18 — Interior of Northeast Corner of Gym/Fitness Center L14V engineers I architects I contractors Page 17 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 Approximately 1/2- inch separation between concrete and wall panel Tube column covered by Concrete wall fagade panel uL"IM, i 1 Photograph No. 19 — Separation Between Wall Panel and Column in Cafeteria Interior face of concrete Cracking wall panel around concrete wall panel corner connection plate 1 Base board material Floor tiles previously removed from wall Photograph No. 20 — Cracking of Concrete Wall Panel at Connection Plate in Billiards Room LMV engineers I architects I contractors Page 18 of 21 TBPE Firm No.F-366 City of Corpus Christi—Engineering Services Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 Cracking/separation visible between floor tiles due to differential foundation movement II.:JLLc:J LLJ Ur: Photograph No. 21 — Tile Floor in Computer Room Cracking visible in exposed concrete floor slab due to differential foundation movement _ x Photograph No. 22 — Bare Concrete Floor in Bingo Room L14V engineers I architects I contractors Page 19 of 21 TBPE Firm No.F-366 City of Corpus Christi—Capital Programs Greenwood Senior Center Foundation Settlement and Building Structural Assessment City Project No. E15196 December 2015 APPENDIX B EXHIBITS LMV engineers I architects I cantractars Page 20 of 21 TBPE Firm No.F-366 MP1N ENTRANCE L ADMINISTRATION .3r WO 9 (SEE NOTE 2) NOTE MEN'S SEE NOTE 2 Viso �is3 FOYER ui�as STORAGE S rc as + a+ ORIGINAL 1989 R CONSTRUCTION AODIPON + � a UNKNOWN ia. �iaa �COLUMN LINE(TYP.) — .iae .iss z CAFETERIA WWr W •FIELD — P ESTABLISHED P W y W} 0.00 w N .Tae .is3 1T�W¢> .Tar .ias /W+I,,~Q V U U U) FITNESS CENTER N g s Z a3 ♦� COURTYARD •�Z y 0 d W Cf~ + KITCHEN 0 O O W (SEE NOTE 2) UNKNOWN CONCRETE WALLS e STORAGE II,,O m J ss ss (SEE NOTE 2) V zw r 0 wI 0 Z O —CORRIDOR— (D w O J _ _ _ _ LOADING k LL FIRST P1D - a - MAINTENANCE DOCK (SEE NOTE 2) 3c COVERED SIDEWALK (SEE NOTE 2) Z O ss + ss + e3 + 0 sr si COMPUTER IAB BILLIARDS ROOM l• 3 BINGO ROOM sa sa +s ss C Au Hy .is3 .ias B&e� As d3 (..ELEVA •ELEVA TIONS SHOWNPRE E TO B THE FIELD DETERMINED POINTINT CHCHOSEN m TO BE ZERO(a 0_) AS INDICATED. 2.NO ACCESS i0 THESE AREAS AT FLOOR ELEVATION SURVEY TIME OF ME ELEVATION SURVEY. yF; N.T.S. v eE A ;i —1 11 ' TA Appendix 2 BASF We create chemistry Technical Data Guide 7 0-9200 Joint Sealants MasterSeal 0 NP1 TM One-component, elastomeric, gun-grade polyurethane sealant FORMERLY SONOLASTIV NP 1" PACKAGING DESCRIPTION —300 ml{1.p 1 B oz}canndges 30 MasterSeal NP 1 is a one-component h_h-performance non-priming gun-grade,elastomeric cartridges per canon and polyurethane sealant.It requ res no m xing and typically requires no priming to bond to many 12 cartridges per carton materials including concrete and masonry. —590 ml R.-i ff oz) ProPaks 20 per carton PRODUCT HIGHLIGHTS APPLICATIONS COLORS -One-component formula requires no mixing -Interior and exterior White,Off-White,Limestone,Stone, helping to reduce labor costs -Above and below grade Tan,Aluminum Gray,Medium -Joint movement capability±35%provides -Immersed in water Bronze,Special Bronze..Redwood _excellent flexibility for keep'ng moving -Expansion joints Tan,Black And Gray joints weathertight -Panel walls For color availatriiity in bulk packaging -Easy to gun and tool speeding up application -Precast units call Customer Service and making neater joints -Aluminum and wood window frames -Available in ProPaks,reduc'ng jobsite waste. -Roofing YIELD lowering disposal costs -Fascia See page 3 for charts -12 standard colors to match a wide variety o1 -Parapets STORAGE common substrates -Vinyl siding Store in original,unopened conta,ners -No primer required for most construction -Store front assemblies away from heat and direct sunlight materials lowering installaticr costs Storing at elevated temperatures will -Weather resistant for long-last'ng reduce tie shell life weatheftight seals SUBSTRATES -Wide temperature application range makes -Concrete SHELF LIFE MasterSeal NP 1 suitable for all climates -Masonry Cartridges and ProPaks. -Compatible with non-rigid coatings and -Aluminum 1 year when properly stored can be painted -Wood VOC CONTENT -Superior holding power for to-g-lasting roof -Clay&concrete roof tiles 35glL less wale and exempt solvents tile installatr'on -stucco -UL listed;Passes 4—hour 4—inch,fire and -Natural stone hose stream test when used with Ultra Block or mineral wool -Suitable for water immersion with documented performance in wet areas -Meets VOC requirements n all 50 states MASTER MareE Buid._s sotutws of a,%sr »BUILDERS wwwmastcr-builders-solunans.bast.us SOLUTIONS Tedrv.al Data Guide M krSeal'W(- Technical Data Test Data Composition PROPEM RESULTS TES'METH00 hlasterSeal NP 1 is a one-Lumponeol moisture-curing polyurelhane. Movement capability,% ±35 ASTM C 719 Compliances Tensile strength,psi IAI'a) 350(2 4) ASTM D 412 •ASTM C 920,Type S Grade NS,Class 35.Use NT h1 —_ A,T D'and I Tear strength,pli 50 ASTM D 1004 •Federal Specification TT-S-00230C Type II 'lass A Ultimate elongation at break,% 800 ASTM D 412 •Carps at Engineers CRD-C 541,Type II.eviass A •Canadian Specification CANICGSB-1913•M87 Rheological, No sag ASTM C 639 Classification MCG-2-25-A-N No.81026 (sag in vertical displacement) •CFI accepted at 120°F(49•C) •USDA compliant for use in neat and poultry areas l xlrudability,3 seconds Passes ASTh!C 603 •Underwriters Laboratories Inc—S classiFed (fire resistance only) Hardness,Shore A ASThI C 661 •ISO 11600 F 25LM At standard conditions 25-30 Re er to suG=rain,i,wher= t --;u Alter treat aging(Tax Shore A 50) 2;, Weight lass,after heat aging,% 3 ASTM C 792 Cracking and chalking, None ASTM C 792 after heat aging Typical Properties Tack-free time,hts, Passes ASTM C 679 PROPERTY VALUE (maximum 72 hrs) Service temperature range, -40 til 180 Stain and color change Passes ASTM C 510^ F(•C) (.401-.82) Adhesion'in peel,of(rmn 5 pli) 30 ASTM C 794 Shrinkage None Adhesion*in peel atter Passes ASTM C 794 UV radiation through glass(min 5 pli) Artificial weathering, Passes ASIM C 793 Xenon arc,250 hours Artificial weathering, No surface cracking ASTM G 26 Xenon at.. 3 000 hours Water immersion,122'F(50'C) Passes 10 weeks with ASTM C 1247 movement cycling 'Primed for waler immersion I stated by ASTM C 921).Concrete acid aluminum ritared with P 173 Test resutu are typisd values obtained under laburatary conlibons.Reasonable variations can be expected TABLE 1 Joint Width and Sealant Depth JONT (DTH SEALANT DEPTH N(MR AT MIDPOINT.IN{MM} (6-13) 44(6) Wa-44(13-19) 14—�e(6-10) 44—Yi(1(1-13) 1—'Ii(25-38) Ii(13) Master e.,lders Soluwns by BASF mmmoster-builderl-soluf m$Lba$t.us LINEAR FEET PER GALLON- JOINT DEPTH JONT WIDTH OVD ROES) Y4 Yd i SA 'A 'A 1 2 3 114 308 X'; 1-.-A 122 — — — — — — Y8 — — — 82 58 55 5' — — - - — — — Vii' V .36 2fi 15 1? METERS PER LITER JOINT DEPTH. JOINT WIDTH(MM) (MM) 6 10 13 16 "R 22 25 38 50 75 - 14D - - - 6,6 55 4 T 4.11 - - 13 - - - - 41 3.5 30 22 1.5 07 HOW TD APPLY SURFACE PREPARATION PRIMING JOINT PREPARATION Substrates must he structurally sound,fully 1.MasterSeal NP 1 is considered a non-priming 1.The product may be used in sealant joints cured,dry,and clean.Substrates should always sealant,but special circumstances or substrates designed in accordance with SWR Institute's be free of the following dirt,loose particles. may require a primer.It is the user's responsibility Sealants-The Professional's Guide. oil,grease asphalt.tar.paint,wax rust to check the adhesion of the cured sealant on 2.In optimal conditions,the depth of the sealant waterproof'ng or cur ng and parting compounds typical test joints at the project site before and should be)4 the width of the joint.The sealant membrane materials and sealant residue during appization.Refer to product data sheet joint depth(measured at the center)should CONCRETE STONE AN]OTHER MASONRY on MasterSeal P 173 or MasterSeal P 176,and always fall between the maximum depth of W' consult Technical Service for additional information and the minimum depth of Y4".Refer to Table 1. Glean by grand ng sandblasting were br„skiing 2 For immersion applications,MasterSeal P 173 3.In deep joints,the sealant depth must be to expose a sound surface free of contam nation must be used, controlled by closed cell backer rod or soft and laliance 3.Apply primer full strength with a brush or clean backer rod,Where the joint depth does not WOOD cloth.A light,uniform coating is suffic'ent for permit the use of backer rod,a bond breaker New and weathered wood must be clean.dry most surfaces.Porous surfaces require more (polyethylene strip)must be used to prevent and sound Scrape away loose pant to bare primer;however,do not over-apply. three-point bonding. wood Any coatings on wood must be tested to 4.Allow primer to dry before applying Maste&A NP 4.To maintain the recommended sealant depth verify adhesion of sealant or to deform no an 1.r�epending on temperature and humidity,primer install backer rod by compressing and rolling appropriate primer will be tack-free in 15-120 minutes.Priming and it into the joint channel without stretching it METAL sealing must be done on the same day. lengthwise.Closed cell backer rod should be Remove sca e.rust and loose coatings from about 14"(3 mm)larger in diameter than the g APPLICATION metal to expose a bright whae surface Any Width of the joint to allow for compression.Soft i.MasterSeal NP 1 comes ready to use.Apply backer rod should be approximately 25%larger coat rags on metal must be tested a verily usingprofessional rade caulking PP y g adhesion of sealant or to determine an p 9 g gun.Do in diameter than the joint width.The sealant not open cartridges,ProPaks or pails until does not adhere to it,and no separate bond appropriate primer. preparatory work has been completed. breaker is required.Do not prime or puncture 21ill joints from the deepest point to the surface the backer-rod. by holding an appropriately sized nozzle against the back of the joint, -nhn r. :G- MasterSeal•HP 1"'' 3.Dry loosing is recommended Proper tooling •Do not apply over freshly treated wood:treated LIMITED WARRANTY NOTICE results in the correct bead s-ape,neat joints. wood must have weathered for at least 6 months. BASF warrants this product to be free from and optimal adhesion. •Do not use in swimming pools or other submerged manufacturing defects and to meet the technical 4.For roof tile applications apply a bead of conditions where the sealant will be exposed m properties on the current Technical Data Guide MaslerSeal NP 1 sufficient in size to make a strong oxidizers.Avoid submerged conditions where it used as directed within shelf life.Satisfactory bond between two tiles on the upper surface water temperatures will exceed 120 F(50'C). results depend not only on quality products but of the down slope tile nstall the upslope tile •Substrates such as copper,stainless steel and also upon many factors beyond our control.BASF and press into the sealant bead to ensure good galvanized steel typically require the use of a MAKES NO OTHER WARRANTY OR GUARANTEE contact between the seala-d a-d both tiles primer;MaslerSeal P 173 or MaslerSeal P 176 s EXPRESS OR IMPLIED,INCLUDING WARRANTIES acceptable.For Kynar 504 based coatings use P OF MERCHANTABILITY OR FITNESS FOR A CURING TIME 173 only.An adhesion test is recommended for PARTICULAR PURPOSE WITH RESPECT TO ITS The cure of MasterSeal NP 1 vanes with any other questionable substrate. PRODUCTS.The sole and exclusive remedy of temperature and humid ty The following times MasterSeal NP 1 is an aromatic urethane,as Purchaser for any claim conceming this product, assume 75°F(24°C) 50% elative hum'dity, such it may discolor over time with UV expos..re. including but not limited to,claims alleging and a joint 14"width by!a depth(13 by 6 mm), Where maintaining a true white appearance s breach of warranty,negligence,strict liability —Skins:overnight or with ri 24 hours critical,use MasterSeal NP 150 or MaslerSeal :r othervvise,is the replacement of product or —Full cure approximately 1 week CR 195 sealants- refund of the purchase price,at the sole option of —Immersion service-21 days •MasterSeal NP 1 can be applied below freez ng BASF Any claims concerning this product must temperatures only f substrates are c_Tpletely be received in writing within one(1)year from the dry free of moisture and clean.Contact date of shipment and any claims not presented CLEAN UP Technical Service for more inlormation. within that period are waived by Purchaser.BASF 1.Immediately after use.clean equipment •Lower temperatures and humidifies will extend WILL NOT BE RESPONSIBLE FOR ANY SPECIAL: with MasterSeal 990 or xylene.Use proper curing limes. INCIDENTAL,CONSEQUENTIAL(INCLUDING LOST precautions when handle-g solvents. •Pursuant to accepted industry standards and PROFITS)OR PUNITIVE DAMAGES OF ANY KIND z.Remove cured sealant by cutting with a practices,using r gid pants and/or coatings purchaser must determine the suitability of the sharp-edged tool. over flexible sealants can result in a loss of products for the intended use and assumes 3.Remove thin films by abrading, adhesion of the applied paint and/or coating, all risks and liabilities in connection therewith. due to the potential movement of the sealant. Th's information and all further technical advice However,should painting and/or coaling be are based on BASF's present knowledge and FOR BEST PERFORMANCE desired it is required that the applicator of the experience.However,BASF assumes no liability •Do not allow uncured MasterSeal NP 1 paint and/or coating conduct on-site lest ng to for providing such information and advice to come into contact with alcohol-based determine compatibility and adhesion including the extent to which such information materials or solvents. •Proper application is the responsibility of the and advice may relate to existing third party •Do not apply polyurethane sealants in the user.Field visits by BASF personnel are fc.r the intellectual property rights,especially patent vicinity of uncured silicone sealants or uncured purpose of making technical recommendations ,.ghts nor shall any legal relationship be created MasterSeal NP 150'". only and not for supervising or providing quality by or arise from the provision of such information •MasterSeal NP 1 should not come in contact control on the jobsite. and advice.BASF reserves the right to make any With oil-based caulking,uncured silicone •Not for use in glazing applications Do not apply _hanges according to technological progress sealants,polysulfides,or filters impregnated on glass and plastic glazing panels. -,r further developments.The Purchaser of the with oil,asphalt or tar. •Protect unopened containers Irom heat and Product(s)must test the product(s)for suitability direct sunlight. HEALTH,SAFETY AND ENVIRONMENTAL for the intended application and purpose •In cool or cold weather,store container at room Read,understand and follow all Safety Data Sheets before proceeding with a full application of the temperature for at least 24 hours before using. and produrt label information for this prccuct product(s).Performance of the product described •When MasterSealNP 1 is to be used in areas prior to use.The SDS can be obtained by visiting herein should be verified by testing and carried subject to continuous water immersion,cure www.master-builders-solutions.basf us. cut by qualified experts. for 21 days at 70'F(23'C)and 50%relative e-mailing your request to basibscst0basf.com humidity.Allow longer cure times at lower or calling 1(800)433-9517.Use only as directed temperatures and humidities.Always use For medical emergencies only, MasterSeal P 173. call ChemTreee 1(800)424-9300. BASF Carpor0on 989 Valley Park Brim,Shakopee,MN 55379 Customer Service 1(8r,P433.9517 11� Construction Systems www.master-builders-solutions.basi.us Technical Service 1(800)243.6739 02L 4&W Csrmom Fn-WA 0'7905 "131.'14 Appendix 3 BASF We create chemistry Technical Data Guide 7 079200 Joint Sealants MasterSeal 0 SL 1 TM One-component elastomeric, self-leveling polyurethane sealant FORMERLY SONOu15TV SL 1'" PACKAGING DESCRIPTION --2 gallon pails(7 6 W MasterSea)SL 1 is one component,non-priming.self-leveling elastomeric polyurethane des gned •-825 mi cartridges, for expansion joints in concrete floors and decks Use it where flexibility as well as abrasion and 12 cartridges per carton puncture resistance are required, --300 ml carindges, 30 cartridges per carton aid PRODUCT HIGHLIGHTS SUBSTRATES 12 cartridges per carton =Movement capability of±25%allows expansion •Concrete COLOR and contraction with joint movement -Metal -Abrasion resistant to provide fa,longer wear ng Limestone and GrayAbrasion durability YIELD •Easy to gun for quick installat on HOW TO APPLY See page 3 for charts •Variety of types and sizes of packaging to help JOINT PREPARATION STORAGE reduce jobsde waste 1.The product may be.:sed in sealant joints Store in unopened containers in a cool -No priming needed on most surfaces offering designed in accordance with SWR Institute's clean dry area.Storing at elevated excellent adhesion Sealants-The Profess onal's Guide. temperatures will reduce shelf life •Self-leveling,so no tooling needed Zln optimal conditions.the depth of the sealant •Wide application temperature range malues should be�I the width of the faint.The sealant SHELF LIFE MasterSea)SL1 suitable for all cl mates .pint depth(measured at the center)should IN BULK Excellent weatherability for always fa I between the max mum depth of;F G months when proNity,sLowd hong-lasting performance and the min'mum depth of 1.4 .Refer to Table 1. CARTRIDGES 3.In deep, nts.the sealant depth must be 1 year when propedy stored controlled by closed cell backer rod or soft APPLICATIONS backer rod.Where the joint depth does not VOC CONTENT •Horizontal perm t the use of backer rod.a bond breaker 29 gIL -Interior and exterior (polyethylene strip)must be used to prevent less water and exempt solvents •Expansion joints three-point bonding •Control joints =Pavers •Plaza decks •Industrial floors •Onveways/gafages •Sidewalks •Decks •Parking structures •Pitch pans MASTER° Wren 8W1d:rs WL9j0n$by W »BUILDERS www.master-buMUS-solUtIMLbast.Us SOLUTIONS Tet'. al Data Gu ce MasterSeal•SL 1— Technical Data Test Data Composition hlasterSeal SL is a single L.:mponent PROPERTY RESULTS TEST METHOD pulyureOiane sealant which cures by reaclior Movement Capability,`h ±25 ASTM C 719 with atmospheric mo-sture Compliances Tensile strength,psi(MPa) 300(2.1) ASTM D 412 •ASTM C 920 Type S Grade P-lass 25 Elongation,% 800 ASTM D 412 Usc T.M,NT A and O' •Federal Specification TTS-002300 Type 1 Class A Hardness,Share A 25 ASTM C 661 •Corps of Engineers CRD-C 541 ArliRclal weathering, Excellent ASTM G 26 •Canadian Specification CAWCGS81913 MB xenon arc,1,00G his Classification C 14�-B N and C-1.25-B-N No 81028 Low temperature flexibility, -15(-26) ASTM C 793 •CFI accepted °F(°Q •USDA compliant for use in areas that handle meat and poultry Viscosity,poise 325 Brookfield Refer to substrates in where t.Use Test results are typ!cal values obtained under laboratory condifians.Reasonable variations can be expected. ,ABLE 1 Typical Properties Joint Width and Sealant Depth PROPERTY VALLE JOINT WIDTH. SENAT DEPTH Service temperature range, -40 to 180 IN(Miry AT MMVT,IN{MM) °F l°C) (-4010 82) A-14(6-13) Y(6) Shrinkage Nil )i-4(13-19) Y3A(6-10) �i-1(19-25) W-14(10-13) 1-114{25-38) 14(13) 4.10 maintain the recommended sealant depth, NEW CONCRETE 4.Allow approximately 15-30 minutes drying install backer rod by compressing and rolling Remove all loose material from grits by wire time before applying sealant(primer s!=ld be it into the joint channel without stretch'ng it brushing Sandblast surfaces in contact with form- lark-free) Priming and sealing must be done lengthwise.Closed cell backer rod should be release agents.Fresh concrete must be fully cured. -n the same day about%"(3 mm)larger in diameter than the Laitance must be removed by abrading, width of the joint to allow for compression.Soft OLA CONCRETE APPLICATION backer rod should be approximately 25%larger For previously sealed I`-nts,remove all old 1,Fil joints by pouring the sealant from a in diameter than the joint width.The sealant spouted conta'ner. have absorbed oils rem:ve suff r does not adhere to it,and no separate bond material by mechanical means 11 ens concrete surfaces 2.Fill joints from the Wien avoid bridging of the breaker is required.Do not pr,me or puncture icnt,which may form air voids.Sealant wil self- the backer rod, to ensure a clean surface. level to form a clean joint surface. SURFACE PREPARATION PRIMING CURING TIME priming is not required 1.For most applications, . Substrates must be structurally sound,fully The curl:of MasterSeal SL 1 varies w th cured,dry and clean.Substrates should alvrays joints subject to peri:dic wase'im-ersion temperature and humidity.T-e following times be fres of the following:dirt loose particles. however,must be primed with MasterSeal P173,On surfaces other than concreteconduct assume 75'F{24°C) 54%relative humidity , oil,grease,asphalt,tar,paint wax,rust. and a joint'.' width by Y4"depth(13 by 6 mm. waterproofing or curing and parting tompnunos, a test application to verify adhesion..2 Apply primer in a th n uniform film.Avoid -Stuns overnight Or within 24 hours i membrane materials and sealant residue. excess primer -Full cure approximately 1 week buildup -Immersion servr,:e:21 days 3.Avoid applying primer beyond joint faces To minimize the contamination of adjacent surfaces. apply masking tape befor primin;and remove before the sealant has begun to thicken and set Master Builders Solutions by BASF www.moster-buitdom-WhitiMLbosi.us llkw LINEAR FEET PER GALLON' JOINT DEPTH JOINT WIDTH(INCHES) INCHES) Xi $ h 'A5 1 1'L 2 3 1/4 308 205 154 122 - - - - - - 3/8 _ -- _ 82 fin 58 si - - - 1/2 - 51 :r- R "ii METERS PER LITER JOINT DEPTH JOINT WIDTH(M% WMi 6 i0 13 "f 19 22 25 35 50 75 6 24.8 16.5 12-4 - 113 - - - 6.6 55 4,7 4,1 _ - T 13 - -- @— i 4.1 3.5 3.0 2.2 1.5 07 - - LINEAR FEET PER 825 ML CARTRIDGE JOINT DEPTH JONTWIDTH(INCHES) (INCHES) Y i# ',fit %a 1 1/4 72 15 3G. 28.5 - - - ya — 1925 12 Yx _ 12 10.2 as LINEAR METER PER 825 ML CARTRIDGE JOINT DEPTH. JOINT WIDTH(MMT {Mhq 6 11) 13 1e 19 22 25 6 20,5 13r 10.2 - - - i4 3.9 3.4 113 i _ _ — _ 0 34 2.9 � 2.5 lec:3 iA Al Data Guide MaatarSaW SL 1— CLEANUP HEALTH,SAFETY AND ENVIRONMENTAL LIMITED WARRANTY NOTICE Clean equipment with MasterSeal 990 or xylene Read understand and follow all Safety Data Sheets BASF warrants this product to be free from mmediately after use and before sealant has and product label information for this prtluct manufacturing defects and to meet the technical cured.Cured sealant may be removed by cutting prior to use.Thu SL:S can be obtained by vis ting properties on the current Technical Data Guide, with a sharp-edged tool thin films by abrad ng. www master-builders-solutiDns.basf.us, if used as directed within shelf life.Satisfactory e-ma ling your request to basfbscst0basf.com results depend not only on quality products but or Galli-g 11(80M)433-95117,I-se crily as directed. also upon many factors beyond our control.BASF FOR BEST PERFORMANCE For medical emergencies only, MAKES NO OTHER WARRANTY OR GUARANTEE. Do not allow uncured MasterSeal SL 1 call ChemTrec°1(800)424-9300. EXPRESS OR IMPLIED,INCLUDING WARRANTIES to-ome into contact with alcohu'-based OF MERCHANTABILITY OR FITNESS FOR A materials or s=.Ivents. PARTICULAR PURPOSE WITH RESPECT TO ITS Do not apply polyurethane sealants in the PRODUCTS.The sole and exclusive remedy of vicinity of uncured silicone sealants or uncured Purchaser for any claim concerning this product, MasterSeal NP 150!'. including but not limited to,clams alleging •MasterSeal SL 1 is not intended for breach of warranty,negligence,strict liability coni:nuous water immersion.Contact or otherwise,is the replacement of product or Technical Service for recommendations refund of the purchase price,at the sole option of -Backer rods.joint fillers and bond breakers must BASF.Any claims concerning this product must be tightly installed to prevent loss of sealant be received in writing within one(1)year from the through joint bottoms. date of shipment and any claims not presented .,ants subject to puncture by high heels or within that period are waived by Purchaser.BASF umbrella pants require a stiffer or higher WILL NOT BE RESPONSIBLE FOR ANY SPECIAL, density backup material,cork or rigid non- INCIDENTAL,CONSEQUENTIAL(INCLUDING LOST impregnated cane-fiber joint fillers are su table PROFITS)OR PUNITIVE DAMAGES OF ANY KIND. Separate materials from the sealant by a non atlher ng gond breaker(polyethylene tape). Purchaser muss determine the suitability of the r High temperatures or hum dity may cause products for the intended use and assumes uncured malarial to bubble all risks and liabilities in connection therewith, • This information and all further technical advice Sealant may bubble if substrates are not dry or mate�sal is applied too deep. are based on BASF's present knowledge and if •if not use other caulks,sand or experience.However,BASF assumes no liability Do not use odes as a bottom bed in a joint for providing such information and advice incom•Do not install when rein is expected before the including the extent to which such information and advice may relate to existing third party sealant develops a substantial skin, intellectualro rights.especially tent •For joint widths over 1 fr"(38 mm),use p �ny n g t y MasterSeal SL 2. rights,nor shall any legal relationship be created •Proper application is the respons bility of the by or arise from the provision of such information and advice.BASF reserves the right to make any user.Field visits by BASF personnel are for the changes according to technological progress purpose of making technical recommendations or further developments.The Purchaser of the only and not for supervising or providing quality Product(s)must test the product(s)for suitability control on the jobsile. for the intended application and purpose before proceeding with a full application of the product(s).Performance of the product described herein should be verified by testing and carried out by qualified experts. BASF Corporation 869 Valley Paftt Dri°m ri41s:rn"el,PAN 55379 Customer Service 1(800)433.9517 I)EL 1,2 Construction Systems www.master-builders-solutions.basf.us Technical Service 1(8001243.6739 .��'�pr Appendix 4 The Euclid Chemical Company DURALPREP A.C. .. BONDING AGENT AND ANTI-CORROSION COATING EUCLID CHEMICAL i DURALPREP A.C.is a three-component bonding agent and anti-corrosion coating for reinforcing steel. It is a pre- proportioned kit that contains a water-based epoxy,combined with portland cement that can be used as a bonding agent for placing fresh concrete and repair mortars to existing concrete substrates. DURALPREP A.C. contains aIIIA corrosion inhibitor which protects reinforcement when used as an anti-corrosion coating for steel. DURALPREP A.C. has a long open time,is non-flammable,VOC compliant,and does not form a water vapor barrier after cure. • Banding agent for fresh concrete to existing concrete • Exterior or interior • Concrete repairs with cement or epoxy mortars • On grade or above grade applications LA • Anti-corrosion coating for steel reinforcement rn Ln • Lang open time • Contains a corrosion inhibitor • Ease of application (brush/spray) PROPERTY RESU IT 1 gal A:1 gal 8:36 lbs C Mix Ratio (3.8 1 L:16 kg) Contact Time Up to 24 hours depending on temperature Pot Life,2 gal(7.6 L) unit,minutes 35 to 40 Q Compressive Strength,psi(MPa) 3 days:2,900 psi (20 MPa) C 7 days:4,100 psi(28 MPa) ASTM C109 28 days:4,500 psi(31 MPa) Flexural Strength, psi (MPa) M ASTM C 348 28 days: > 1,280(8.8) 'v a Shore D Hardness 90 to 95 n ASTM D 2240 Bond Strength,7 days,psi (MPa) 1 hr open time:2,480(17.1) ASTM C 882 24 hr open time:2,700(18.6) Split Tensile Strength,psi (MPa) 28 days; >600(4.1) ASTM C 496 Water Vapor Permeability 0.16 grains/ft=/hr ASTM E 96 Appearance/Color Concrete Gray Properties determined at laboratory conditions. DURALPREP A.C.is packaged in 3.75 gal (14.2 L) kits and in cases of 1 gal (3.8 L)units(2 per case). o 1 year in original, unopened package � One 3.75 gal (14.2 L) kit of DURALPREP A.C.will cover approximately 250 ftz(23.2 m2), per coat. One i gal(3.8L) unit will cover approximately 65 ft2 (6.0 m2), per coat. Note: Coverage rates are approximate.Actual coverage depends on temperature,texture,and substrate porosity, 19215 Redwood Road - Cleveland, OH 44110 www.euclidchemical.com :+ Canadian MTt,O Surface Preparation: The surface must be structurally sound, clean and free of grease, oil, curing compounds. soil, dust and other contaminants. Surface laitance must be removed. Concrete surfaces must be roughened and made absorptive, preferably by mechanical means, and then thoroughly cleaned of all dust and debris. If the surface was prepared by chemical means (acid etching), a water/baking soda or water/ammonia mixture, followed by a clean water rinse, must be used for cleaning, in order to neutralize the substrate. The substrate should be saturated, surface-dry(SSD) prior to application, with no standing water/puddles. Following surface preparation,the strength of the surface can be tested if quantitative results are required by project specifications. An elcometer or similar tensile pull tester may be used in accordance with ASTM D 4541,and the tensile pull-off strength should be at least 250 psi (1.7 MPa). When coating steel,all contamination should be removed and the steel surface prepared to a"near white"finish (SSPC SP1 0) using clean,dry blasting media. Mixing: Mix DURALPREP A,C,using a low-speed drill and a mixing paddle.Pre-mix Part A and Part B separately for approximately i minute each. Combine all of Part A with all of Part B, then mix thoroughly for 30 to 45 seconds. After the 30 to 45 seconds have elapsed, gradually add all of Part C (powder) into the mixed epoxy, then mix thoroughly for 3 minutes. Scrape the bottom and sides of the containers at least once during mixing. Do not scrape bottom or sides of the container once mixing operations have ceased; doing so may result in unmixed resin or hardener being applied to the substrate. Unmixed resin or hardener will not cure properly. Do not aerate the material during mixing. To keep aeration to a minimum, the recommended mixing paddles are #P1 or#P2 as found in ICRI Guideline 320,5R-2014. Application: Bonding agent: Apply one coat, between 20 and 27 mils thick, of DURALPREP A.C. to the SSD surface using a stiff bristle brush, or spray with a hopper gun at a rate of 60 to 80 ft2/gal (1.5 to 2.0 rrO/Q.Allow to fully dry(approximately 1 hour)before placing concrete or repair mortars. DURALPREP A.C.has an open time from 1 to 24 hours at 75°F(24°C). Anti-corrosion coating: Coat the exposed reinforcing steel,making sure to coat the underside portion of the steel as well. Apply two coats, at 20 mils thick each, of DURALPREP A.C. to the properly prepared steel using a stiff bristle brush, or spray with a hopper gun at a rate of 80 ft2lgal (2.0 m2/L). Allow 3 to 6 hours between applications.Place subsequent concrete or repair mortars within the open time of the second coat of DURALPREP A.C.(1 to 24 hours at 75OF(240C)). Note: It the applied DURALPREP A.C.exceeds its open time (see times in"Precautions/Umitations" below) before the subsequent application of concrete or repair mortar,lightly sand the existing DURALPREP A.C.,wipe the surface clean,and apply a fresh coat of DURALPREP A.C.to the area. Clean tools and application equipment immediately with water. Clean spills or drips with water while still wet. Hardened DURALPREP A.C.will require mechanical abrasion for removal. • • • Store DURALPREP A.C. indoors, protected from moisture,at temperatures between 65:F and 80'F(18"C and 27°C) • Surface and ambient temperature during applications should be between 45'F and 90 F(7'C and 32'C) • Material temperatures should be at least 45cF (7°C) and rising • Working time and cure time will decrease as the temperature increases, and will increase as the temperature decreases • Do not thin DURALPREP A.C. • DURALPREP A.C.is not to be used as a finished/aesthetic coating • Do not mix DURALPREP A.C.for longer than 3 minutes • Protect applied DURALPREP A.C.from wind and excessive heat. These conditions will shorten open time. • Maximum open times: 12 hours at 90°F(32°C),24 hours at 75°F(24°C),30 hours at 45`F(7'C) • In all cases, consult the product Safety Data Sheet before use Rev.06.16 WARRANTY:The Euclid Chemical Company('Euclid')solely and expressly warrants that as products shall be tree from defects in materials and workmanship for ona(t)year from the date of purchase Unless authorized in writing fry an officer of Euclid.no other representations or statements made by Euclid or its representatives.in wining or orally,shall after this warranty.EUCLID MAKES NO WARRANTIES IMPLIED OR]THERWISE. AS TO THE M ERCHANTABIUTY OR FITNESS FOR ORDINARY OR PARTICULAR PURPOSES OF ITS PRODUCTS AND EXLUOES THE SAME.If any Euclid product fails to conform with this warranty..Euclid will replace the product of no cost to Buyer.Replacement of any product shall be the sale and exclusive remedy available and buyer shall have no claim for incidental or consequential damages.Any warranty claim must be made within one(f 1 year from the date of the clamed breach.Euclid does not authorize anyone on its behalf to make arty written ot oral statements which in arty way after Euclid's installation information or irsmxtiarts in its product Rerffiure or on its packaging labels.Any installation of Euclid products which fails to cdntorm with such Installation in or..Mon or instructions.shall void this warranty.Product demonstrations d any.are done lot dltsstraWa purposes only and do not constitute a warramy or warranty alteration of any kind.Buyer shall be solely responsible for determining the suitability of Euclid's products for the Buyer's intended purposes. Appendix 5 The Euclid Chemical Company VERTICOAT TWO-COMPONENT, TROWEL GRADE VERTICAL/OVERHEAD EUCLID CHEMICAL CONCRETE REPAIR MORTAR VERTICOAT is a polymer-modified cementitious mortar for vertical/overhead concrete and masonry repairs. It sets rapidly to allow quick, easy repairs of concrete surfaces both interior and exterior. VERTICOAT is a • two-component mortar designed for trowel applied repairs. • Vertical and overhead repairing of scaled and • Parking structures&bridges • spalled concrete • Retaining walls • Resurfacing of damaged concrete • Ceilings and sloped surfaces • Repair of honeycombed surfaces • Large placements • Fast setting for rapid repairs up to 4" (10 cm) • Suitable for both Interior and exterior applications • High compressive strengths • Excellent bond to sound concrete • Excellent resistance to freeze-thaw cycling • Compatible with galvanic anodes Typical Engineering Data The following results were developed under laboratory conditions @ 75°F(24°C) Compressive Strength ASTM C109,2-(50 mm)cubes Age Strength Flexural Strength ASTM C348 C 1 day........................................4,000 psi (28 MPa) 7 days.....................................1,200 psi (8.3 MPa) M 3 days......................................5,000 psi (38 MPa) 28 days...................................1,300 psi (9.0 MPa) 7 days...................................... psi (41 MPa) G 28 days ...................................6,500 psi (45 MPa) Set Time 70OF(21°C),ASTM C 191 Initial Set.......................................approx.25 min. Split Tensile Strength ASTM C496 @�72,F(22°C) Final Set.......................................approx.40 min. 7 days........................................700 psi (4.8 MPa) 28 days......................................800 psi (5.5 MPa) Working Time .............................approx.20 min. Volumetric Resistivity................6,730 ohms;cm Freeze/Thaw Resistance ASTM C666 Procedure A 300 cycles Relative Durability Modulus......>80% Appearance:VERTICOAT is a free-flowing powder designed to be mixed with a white latex liquid (VERTICOAT LIQUID). After mixing and placing,the color may initially appear darker than the surrounding concrete. While this color will lighten up substantially as the VERTICOAT cures and dries out, the repair may always appear somewhat darker than the surrounding concrete. 3 VERTICOAT is packaged in a pail contain;ng a 54 lb (24 kg) pail of dry powder and 1gal (3.8 L) of VERTICOAT LIQUID. Additionally,the powder is availaHe in a 54 Ib(24 kg) bag and mixed with 1gal (3.8 L) of the liquid,that is sold separately. Yield: 0.48 ft3 (0.014 ma) per kit. 1 a VERTICOAT(powder); 2 years in original, unopened package VERTICOAT LIQUID; 1 year in original, unopened package 19215 Redwood •• • OH 44110 �� www.euclidchemical.com 6 MMM VERTICOAT attains a bond strength in compliance with ASTM C 1059-91,Type II systems. One unit of VERTICOAT will cover approximately 23 ft'(2 m=)when placed at an average depth of 114" (6 mm). Surface Preparation:Concrete surfaces must be structurally sound,free of loose or deteriorated concrete and free of dust,dirt,paint,efflorescence,oil and all other contaminants. Mechanically abrade the surface to ach.eve a surface profile of at least CSP 6 - 8 in accordance with ICRI Guideline 310.2. Properly clean profiled area. Priming: Clean and prime exposed steel with DURALPREP AC. Concrete should be primed with a spray or brush coat of DURALPREP AC. The primer coat of DURALPREP AC must be allowed to thoroughly dry prior to the application of the VERTICOAT repair mortar. Alternatively, a Saturated Surface Dry (SSD) concrete surface can be primed with a scrub coat of VERTICOAT. The repair must be made before the scrub coat dries out. Mixing: Single units may be mixed with a drill and "jiffy"type mixer. Use a paddle type mortar mixer for large jobs. NOTE: VERTICOAT HAS A WORKING TIME OF 20 MINUTES. DO NOT MIX MORE MATERIAL THAN CAN BE USED IN THAT TIME FRAME. All materials should be in the proper temperature range of 60-F(16-C) to 90°F (32°C). Add the appropriate amount of VERTICOAT LIQUID for the batch size, and then add the dry product. Mix for 2 to 3 minutes. The mixed product should be quickly transported to the repair area and placed immediately. Placement: Place the VERTICOAT while the scrub coat is still wet. Trowel VERTICOAT onto the prepared surface at a minimum of 118" (3 mm), up to a maximum of 4" (10 cm). Trowel flush with surface and allow to stiffen. Finish to match the surrounding concrete surfaces. Finishing: Finish the repair material to the desired texture. Do not add additional water to the surface during the finishing operation. Use EUCOBAR evaporation retarder. Curing and Sealing: Proper curing procedures are important to ensure the durability and quality of the repair. To prevent surface cracking,cure the repair mortar with a high solids curing compound,such as SUPER AQUA- CURE VOX or SUPER DIAMOND CLEAR VOX. (NOTE: A SOLVENT BASED CURING COMPOUND SHOULD NOT BE USED ON THIS PRODUCT.) Under hot, windy or direct sunlight situations, apply a second coat of curing compound after the first has dried. if a curing compound is not desired,wet cure for a minimum of three days. Clean tools and equipment with water before the material hardens, • Do not use at temperatures below 45,F(T-C). • Store material in a dry place,above freezing. • Cool temperatures slow setting while warm temperatures speed up set times. • Keep repair from freezing until a minimum strength of 1000 psi Q MPa) is reached. • In all cases, consult the Safety Data Sheet before use. Rev.6.16 WARRANTY'.The Euckd Chemical Company C Euclid')sot*and expressty wanantsthat as products shall be Nee from defects in materials and workmanship for one{1)year from the date of purchase.Unless authorized in writing by an officer of Eudld.no other representations or statements made by Euclid or its representatives.in writing or orally.shall after this warranty.EUCLID MAKES NO WARRANTIES,IMPLIED OR OTHERWISE. AS TO THE MERCHANTABIUTYOR FITNESS FOR ORDINARY OR PARTICULAR PURPOSES OF ITS PRODUCTS AND EXCLUDES THESAME M any Euclid product fals to conform with Ibis warranty,Eudid will replace the product at no Cosa to Buyer.Replacement of any product shall be the sole and exclusive remedy available and buyer shall have no claim tor incidental or consequential damages.Any warranty claim must be made within one(1)year Irom the date of the claimed breach.Euclid does not authorize anyone on its behalf to make any written or oral statements which in any way after Euclid's installation iatarmaticn or instructions in as product literature or on rts packaging labels.Ary installation of Euclid products which fails to conform with such Installation Information or Instructions shall void this warranty.Product demorisbations,I any.are done for illustrative purposes ony and do tat constauts a warranty or warranty alteration cf any kind.Buyer shall be solely responsible for determining the suitability of Euclid's products for the Buyer's intended purposes. Appendix 6 G-SEAL Basic Use G-SEAL is a durable, modified PVC cap placed over expansion board materials to provide a long lasting, maintenance free joint seal. Unlike traditional sealants, G-SEAL is installed prior to concrete placement and forms a mechanical bond once the concrete is finished. Profiles are also available for retrofit applications. The G-SEAL Advantage Economics ✓ Installs easily prior to concrete placement and at any temperature or climate condition, providing a predictable schedule and uninterrupted concrete placement ✓ Requires no special tools or equipment to install and G-SEAL is secured to the expansion board no tooling of the joint before concrete placement using staples or ✓ Requires no separate mobilization for sealant application nails along the bottom edge of the flange. ✓ Competitively priced with traditional sealants ✓ Durability reduces or eliminates maintenance cost Durability ✓ Forms a mechanical bond and will not work free from joint ✓ Creates a debris shield ✓ Excellent abrasion resistance ✓ Resistant to normally encountered chemicals Y...+ (visit www.Chemstop.com for chemical containment applictions) Fr Appearance , ✓ G-SEAL creates a clean, smooth joint for a very neat appearance and years of service.Traditional sealants can rip, shred and protrude from the joint. G-SEAL Physical Properties Property Test Specification ValuesPoSt_ , - rd Tensile strength ASTM D412-92 2350 psi min. Elongation ASTM D412-92 375%min. Hardness Shore A ASTM D2240 81±3 Oil Swell,Change in Volume/Weight ±3%by volume max. ASTM#3 Oil,70 hrs. @ 212'3F ASTM D471 ±15%by weight max. Retrofit fl Abrasion Resistance 10,500 cycles, 1000 gram load ASTM D3884 Material Loss-035 gms. max, Ozone Resistance, 20%strain, f 300pphm, 70 hrs. @ 104°F ASTM D518 No cracking Adhesive Bond Strength ASTM D412 1000 psi min. Results after Heat Aging Tensile Strength Retained:90%min. 24 hrs. @ 70°C ASTM D573 Elongation Retained:90%min. Hardness Change:±3 • (80 0) • 1 Installation G-SEAL is non-toxic and easy to install with no special tools or equipment required. G-SEAL installs prior to concrete placement, eliminating return visits to site for sealant application. Procedure 1. Expansion board shall be positioned so that top of board is 1/4" below top of slab. 2. Leave a 1/4" minimum clearance from the top of stakes to the bottom edge of G-SEAL. 3. Place G-SEAL over the expansion board. Note: The expansion board material must be able to remain erect.Some materials, such as asphaltic fiber boards may need additional stabilization. 4. Use G-SEAL Adhesive when joining ends of adjacent lengths of G-SEAL. 5. Install factory fabrications at intersections and transitions. 6. Secure G-SEAL with staples or nails along the lower flange.This will prevent G-SEAL from floating during concrete placement. 7. Place concrete using normal practices and screed evenly with the top of G-SEAL. 8. Bullfloat concrete using normal practices,when required. f � ' J G-SEAL Profiles 610 standard 605 standard 624 standard 626 standard 633 standard r 1 3/8'1 r,3!8"{ •�- -11/8"r r 151x-1 11/4' 1314' 118• 11/4' 13/4" 1114' T" 1/8, T its. v8" 3/4' ` 3/4• T 3/4• 112' -1314"h 314 f--i I31a I 112" I-1-I 3/4' 314=F--I�-�-I 314" I� 1 -I h 1/2' 1/2' 112" 678 standard 628 retrofit 632 retrofit 617 retroft 627 screed cap r-2,/8"-1 -113116"r �15/16r 1 1" r7 �5,s � FIR 1 3!4' 1 114' i/8" 1 t/4' 118" 1 3!4" 1/8"1-- z1a- �3/a• 112" !�•��t 112*1 -I31a I- v�' �—� v2' 3/4' u1/z" L3/s• Packaging G-SEAL profiles are manufactured in standard 10 ft. lengths or 50 ft. coils. Appendix 7 Kl� 3425 N. 120 STREET BROOKFIELD, WISCONSIN 53005 262-783-6460 FAX 262-783-6470 Mailing Address: P.O. BOX 343 KR BUTLER, WISCONSIN 53007 INDUSTRIES,INC. KRETE GARD MORTAR MIX Product Description: Krete Gard Mortar Mix is an admixture specifically designed for concrete masonry. Offering polymeric based chemistry,Krete Gard Mortar Mix will provide long-term water repellency when used in conjunction with one of the many Krete industries, Inc. integral water repellant admixtures. Features Benefits • Polymeric Based Chemistry • Provides Long Term"In Situ"Water Repellant Performance in Mortar • Compatible with Krete Water Repellant Admixture Modified Masonry Units • Promotes Proper Bonding with Water Reduces Repellant Admixture Modified Masonry Units • Designed Specifically for Mortar • Helps Maintain Water Retention • Minimizes Water Absorption and Efflorescence • Improves Green Strength • Provides Built-In Plasticizing Action • Improves Mortar Consistency and Workability • Allows Application of Type S Mortar to Model Type N Mortar Directions for Use: ■ Dosage: ■ Mortar should be proportioned in accordance with ASTM C-270,Standard Specification for Mortar for Unit Masonry,or per the recommendations of the manufacturer. ■ 1 quart per bag of Portland cement when mixed with V4 to �2 bag of lime and 3'a to 4',•i ft' sand. ■ !/2quart per one(1) 80 lbs. bag of premixed mortar. ■ 'l2 quart per one(1) bag of masonry or mortar cement and 3 ft3 of sand. • Use: ■ Mix mortar using approximately half the typical amount of water. Add the recommended dosage of Krete Gard Mortar Mix,and mix thoroughly. ■ Add additional water,while mixing,to obtain the desired troweling consistency ■ Mix the mortar for 2 to 3 minutes to ensure uniformity. DO NOT OVERMIX. www.krete.com Celehrcrting 20 Years of Support to the Concrete Induvny • Special Note: ■ Excess Mortar should be removed from the surface face of masonry units as soon as possible to avoid subsequent cleaning problems. DO NOT use strong acids,aggressive sandblasting,or other high-pressure cleaning methods on masonry projects that utilize block and/or mortar containing water repellent admixtures. Product Packaging: Krete Gard Mortar Mix is available in 55-gallon plastic drums,5-gallon plastic pails,and 1-quart bottles. Samples of Krete Gard Mortar Mix are available upon request. Product Storage and Shelf life Conditions: Krete Gard Mortar Mix should be stored in a dry area,with containers tightly closed. Keep Krete Gard Mortar Mix from freezing. Do not store Krete Gard Mortar Mix at excessively high temperatures(> 100 F). Avoid physical damage to containers. Krete Gard Mortar Mix has a rheological shelf life of eight(8) months in original,unopened packaging. Technical Information: Quality Parameter Tyt3ical Value Appearance Opaque Light Purple Liquid Odor Pleasant Specific Gravity 1.030 Weight per Gallon, lbs 8.60 pH 6.80 Solubility in Water Completely Dispersible Masonry project units utilizing Krete Gard Mortar Mix based mortar have been successfully tested according to the following specifications: • Water Penetration Through Masonry a Standard Specification for Mortar of Unit ASTM 1:514 Masonry s,:ASTM C270 • Standard Test Method for Measurement of • Standard Test Method for Sampling and Masonry Flexural Bond Strength Testing Concrete Masonry Units and Related ASTM C1072 Units ASTM C140 + Standard Specifications for Load Bearing • Standard Test Method for Preconstruction and Concrete Masonry Units Construction Evaluation of Mortars for Plain ASTM C40 and Reinforced Unit Masonry ASTM C780 + Standard Specifications for Admixtures for Masonry Mortars ASTM C 1384 The information presented above is tnie and acnirate to the best of our knox ledge No warranty orguarantee,expressed or implied is made regarding the performance of the product This information is not intended to be all-inclusive concerning handling,storage and use of the product Health and other regulatoryfactors are the responsibility of the customer For Industrial Use Only. Not for internal consumption. Consult MSDS for safety and regulatory information. Visit Us at www.krete.com - 2 - PDS—Gard Mortar Mix-021413 Appendix 8 TECHNICAL DATA SHEET GAL VACONrM GC-243 COLD GALVANIZING COMPOUND (Meets Federal Specification TT-P-641 G Type I & Military Specification MIL-P-21035A) PRODUCT DESCRIPTION: A 97% pure zinc metal easy-to-use and fast-drying cold-galvanizing com- pound for galvanized metal, iron and steel. BASIC USES: As an extreme duty primer for abraded or damaged areas on galvanized steel. Excellent for treatment of rust will stop rust and rust creepage on iron and steel immediately. Provides excellent protection to welded or abraded areas where the protective galvanizing has been removed from the metal surface. PRODUCT ADVANTAGES: * 97% pure zinc metal * Stops rust immediately * Ready to use * Extra long-lasting * High build * Fast-drying TECHNICAL DATA Percent Solids: 8 8.00 f I% by weight Finish: Flat(20-50)* 59.00 f I% by volume *Geometry 60° Flash Point: 83°F TOC Color: Gray Weight 1 Gallon: 24.00 f 0.5 lbs. Viscosity: 98 100 Ku's Sizes: 1 gallon Percent Pigment 1 quart by Weight: 80.00 t 1",, Recommended Theoretical Film Thickness: 2 mils dry. 6 mils wet. Coverage: 450 sq. ft.:`gal. Drying Time: To touch: 25 minutes To topcoat: 24 hours To cure: 24 hours Thinning: Thin only when applying by conventional spray method, at a rate of four parts LANCO' GalvaconTM GC-243 to one part LANCOI'Lacquer Thinner LT-102_ Surface Preparation: Surfaces must be dry,clean and free of all AIRLESS SPRAY: No reduction required when spraying. contaminants. Remove all oil, grease, mildew and all other for- Minimum of 28:1 ratio pump, .013"-.015" tip, 14" ID Teflon eign materials by Solvent Cleaning (SSPC-SP 1-63) with material hose. LANCOID Lacquer Thinner LT-102. DIPPING: Because of individual requirements, call the lab at LANCO®Mfg. Corporation for instructions. New Surfaces: GALVANIZED STEEL: When applying over abraded or damaged areas sandblasting is recommended. If Nate: During lunch, breaks or any period of work stoppage, Sandblasting is not possible, clean and abrade surface by hand material should be removed from hoses. Release pressure from tool clean (SSPC-SP 2-63)or power tool clean(SSPC-SP 3-63). equipment and flush hoses and equipment with LANCW Lacquer STEEL: Although Galvacon is designed primarily as a primer for Thinner LT-102. abraded or damaged areas on galvanized metal,it may be used as a touch up primer on bare steel. For best result, apply only to Drying Time: LANCO2'Galvacon "' GC-243 dries fast(set to abrasive blasted steel. For best performance, Near White Blast touch in 25 minutes). Allow 24 hours before applying topcoat. Cleaning (SSPC-SP 10-63) is recommended as proper prepara- tion. Commercial Blast Cleaning (SSPC-SP 6-63) is acceptable Disposal: Keep container closed when not in use. In case of for less severe exposures. Proper blast media and blasting equip- spilling, absorb with inert material and dispose of in accordance ment shall be used to provide an average profile depth of 1.5 mils with applicable local,state and federal regulations. minimum. Do not reuse sand abrasive media. Shot abrasive must be thoroughly clean and free of contaminants before reuse. Precaution: Keep away from heat, sparks, and open flame. Remove blasting dust and grit from surfaces before painting. Vapor is heavier than air, Prevent build-up of vapor open win- Blasted surfaces should be coated within 8 hours after blasting or dows and doors. Use only in cross-ventilated areas. Extinguish before rusting or other contamination of the surface occurs. all flames and pilot lights, and tum off stoves, heaters, and/or electric motors,and eliminate all other sources of ignition during Previously Painted Metals: Remove old coating completely,for use and until all vapor is gone. Keep container closed when not best performance Near White Blast Cleaning(SSPC-SP 10-63)is in use. recommended as proper preparation. Blasted surfaces should be coated within 8 hours after blasting or before rusting or other con- Danger: Use only with adequate ventilation. Avoid prolonged or tamination of the surface occurs. repeated breathing of vapor. Do not take internally. Swallowing may cause injury, illness or death. Avoid prolonged or repeated Directions: Clean all surfaces as recommended. LANCW contact with skin. Do not get in eyes. Do not eat,drink or smoke GalvacouTM GC-243 must be thoroughly stirred, until pure zinc in work areas. content is completely dispersed. Apply LANCO'-�' GalvaconT"' GC-243 to clean and dry metal surfaces. Notice: The technical data contained herein are true and accu- rate to the best of our knowledge. Published technical data and Method of Application: BRUSH: Use a good quality nylon or instructions are subject to change without prior notice. polyester brush. ROLLER: Use a LANCOV All-Purpose 1:4"Nap Enamel Roller M.S.D.S.: Available upon request. PA-565. CONVENTIONAL SPRAY: Reduce LANCOV GalvacouTI" GC-243 at a ratio of four parts LANCOV Galracon"11 GC-243 to one part of LANCOI' Lacquer Thinner LT-102. For pressure feed, use DeVilbiss MBC gun with E tip and needle and 704 air cap or equivalent at 4045 psi atomizing pressure,3 8" ID mate- rial hose, double regulated pressure tank with oil and moisture separator. Special packing may be necessary due to the abrasive nature of the zinc dust in this product. A c6isw of the IBHO NORTH AMERICAN DIVISION: LANCO 3851 N.W.59TH STREET,MIAMI,FLORIDA 33142 -TELS.(3051638.505011-800.526-3332 FAX:{305)635.5050 l==GRIlI.IP LATIN AMERICAN DIVISION:LANCO URB.APONTE NO.5.SAN LORENZO.P.R,1,USA.100754 ,TELS_(787)736-42211736-5721 FAX;(787)736-5313 Appendix 9 Product Data Sheet Edition 10.2.2014 Sikadur°Crack Fix Sikadur® Crack Fix Low-viscosity, high-strength epoxy sealing system Description Sikadur®CrackFlxisa2-component,100%solids,moisture-tolerant,low-viscosity,high-strength,mufi-purpose, epoxy resin adhesive.It conforms to the current ASTM C-881 and AASHTO M-235 specifications. . . ..... ... . Where to Use a Gravi.ty -fe.ed of cracks in horizontal concrete and masonry. v Law pressure injection of cracks in structural concrete,masonry,wood,etc. ■ Grouting bolls,dowels,pins,etc.into horizontal concrete surfaces. Advantages ■ Formulation identical to popular,high strength adhesive Slkadur®35,Hi-Mod LV. ■ Five times stronger than concrete. ■ Convenient easy to use,single tube cartridge-Tits standard caulk guns. ■ Deep,penetrating and tenacious bonding of cracks In structural concrete. ■ HD mess-self-mixing. Coverage 1 cartridge yields approximately 10.7-11.0 cu.in.(175-180 ml)of usable epoxy resin. Packaging Carton contains 12 single caulk tube-style cartridges;each cartridge packaged with 2 static mixers and 2 flow restrictors. Typical Data(Material and curing conditions @ 73'F(23'CJ and 50%R.N.) RESULTS MAY DIFFER BASED UPON STATISTICAL VARIATIONS DEPENDING UPON MIXING METHODS AND EQUIPMENT, TEMPERATURE,APPLICATION METHODS,TEST METHODS,ACTUAL SITE CONDITIONS AND CURING CONDITIONS. Shelf Life 2 years in original.unopened containers. Storage Conditions Store dry at 40--95'F(4°-35'10). Condition material to 60`-75'F(15'-24-C)before using. Color Clear,amber. Mixing Ratio Component A Component B=2:1 by volume. Viscosity(Mixed) Approximately 375 cps Pot Life Approximately 25 minutes.(60 gram mass) Tack Free Time 40-F(4-C)- 73-F(23-C)- 90-F(32-C)' (3-5 mils) 14-16 hrs. 3-3.5 hrs. 1.5-2 hrs. Tensile Properties(ASTM D-638) 7 day Tensile Strength 7,000 psi 448.3 MPa) Elongation at Break 6.9% Flexural Properties(ASTM D-790) 14 day Flexural Strength(Modulus of Rupture) 11,000 psi(75.9 MPa) Tangent Modulus of Elasticity in Bending 3.1 x 10'psi(2,139 MPa) Shear Strength(ASTM D-732) 14 day Shear Strength 4,800 psi(33.1 MPa) Heat Deflection Temperature(ASTM D-648) 7 day [fiber stress loading=264 psi(1,8 MPa)) 121-F(49-C) Bond Strength(ASTM C-882):Hardened concrete to hardened concrete 2 day (moist cure) Band Strength 1.300 psi(9.0 MPa) 14 day (moist cure) Sand Strength 1,350 psi(9.3 MPa) Water Absorption(ASTM D-570) 7 day (24 hour immersion) 0.27% Compressive Properties(ASTM D-695) Compressive Strength,psi(MPa) 40'F(4"C)' 73-F(23-C)- 90-F(32'C)- 4 hour - - - 8 hour - 180(l.2) 3,200(22.1) PRIOR TO EACH Sh OF ANY sIKA PRODUCT,THE US RFAD AND FOLLOW THE WARNINGS ANU INSTRUCTIONS ON THE PRODUCT'S MOST CURRENT PRODUCT DATA SHEET,PRODUCT LABEL AND SAFETY DATA SHEET WHICH ARE AVAILABLE ONLINE AT HTTP i!USA.SIKA.COM/OR BY CALLING SIKH'S TECHNICAL SERVICE DE PARTMENT AT 800.933.7452 NOTHING CONTAINED IN ANY SIKH MATERIALS RELIEVES THE USER OF THE OBLIGATION O READ AND FOLLOW THE WARNINGS AND INSTRUCTIONS FOR EACH S1KA PRODUCT AS SET FORTH IN THE CUR- RENT PRODUCT DATA SHEET,PRODUCT LABEL AND SAFETY DATA SHEET PRIOR TO PRODUCT USE. col} 16 hour - 4,500(31-1) 6,300(43.5) 1 day - 6,000(41.4) 9,100(62.8) 3 day 4,000(27.6) 9,000(62.1) 10,500(72.5) 7 day 6,800(46.9) 11.000(75.9) 10,500(72 5) 14 day 10,300(71.1) 12,000(82 8) 10,500(72.5) 28 day 12,400(85.6) 13,000(89.7) 10,500(72:5) Compressive Modulus 7 day 2.9 X 105 psi(2,000 MPa) 'Material mired and tested at the temperatures indicated. How to Use Surface Preparation Surface must be dean,dry and sound.Remove dust from crack by brushing Or by blowing clean with oil free compressed air. Mixing Cartridge Set-Up:Remove twist-cap and port plug from top of cartridge.Press one of enclosed"flow restrictors" into opening.Insert one of the enclosed static mixers through twist-cap and attach to threading,Insert Sikadura Crack Fix cartridge into good quality caulking gun,Point upward during initial squeeze of gun's trigger to purge any entrapped air.As mixed resin approaches end Of mixer,discard rest of Initial squeeze and portion of next squeeze to ensure uniform blend of adhesive components. Application To gravity feed cracks-Blow vee-notched crack clean with oil-free compressed air.Dispense Sikadure Crack Fix slowly Into vee-notched crack,Continue placement until completely filled.Seal underside of slab prier to 'I filling if tracks reflect through. To inject cracks-Set appropriate Injection ports.Seal ports and surface of crack with Sikadurs 31,Hi-Mod Gel or Sikadura 33.When the epoxy adhesive seal has cured,Inject Sikadure Crack Fix with slow steady pressure. Consult Technical Service for additional information. Limitations to Minimum substrate and ambient temperature 40°F(4°C).Maximum substrate temperature is 95°F (35`C). _ in Minimum age of concrete must be 21-28 days,depending on curing and drying conditions. a DD not apply over wet,glistening surface. a Not for injection of cracks subjected to osmatic or hydrostatic pressure during application. ■ Do not Inject cracks greater than t/4 in,(6 mm) Consult Technical Service at 1-800-933-SIKH. ■ Not an aesthetic product. Color may alter due to variations in lighting and/or UV exposure. RIOR TO EACH HODUUT.THE us EAU AND FOLLDW THE NSTRUCTIONS ON THE PRODUCT'S MOST CURRENT PRODUCT DATA SHEET,PRODUCT LABEL AND SAFETY DATA HEET WHICH ARE AVAILABLE ONLINE AT HTTP:1 USA.SIKA.COM1 OR BY CALLING SIKA'S TECHNICAL SERVICE DE- EA E ERTMENT AT 800.933.7452 NOTHING CONTAINED IN ANY SIKA MATERIALS RELIEVES THE USER OF THE OBLIGATION READ AND FOLLOW THE WARNINGS AND INSTRUCTIONS FOR EACH SIKA PRODUCT AS SET FORTH IN THE CUR- RENT PRODUCT DATA SHEET,PRODUCT LABEL AND SAFETY DATA SHEET PRIOR TO PRODUCT USE. KEEPCONTAONERMONTLY CLOSED.NEEP OUTOF REACH OF CHUREk NOT FOR INTERNAL CONSUMPnON.FOR INDUSTRIAL WE OHLY.FOR PROFESSIONAL u3EONLY. For further Inlormallon and advice regarding transportation,handling,storage and disposal of chemical products,users should refer to the actual Safety Data Sheets containing physical,ecological,toxicological and other safety related data.Rud the current actual Safety Data Sheet before using the product.In case of emergency,call CHEMTREC at 1400424.9300,International 703-627-3867. Priorto each use of any Slka product,the usermust allays readand foHowthe warnings and Instructions on the product's most current Product Data Shook product label and Safety Data Sheet which are available online at htiplrusa,slka.comf or by calling Slka's Technical Service Depart- ment at 000-933-7452.Nothing contained In any Sika materials relieves the userof the obligation to read and follow the warnings and Instruction for each Slka product as set forth in the current Product Data Shut.product label and Safety Data Sheet prior to product use. SIKA warrants this product for one year from date of Installation to be from from manufacturing defects and to meet the technical properties on the current Product Data Sheet H used as directed within shelf life.Userdetermines suitability of product for Intended use and assumes all risks. Buyer's sok remedy shall be Iimtiedto the purchase price or replacement of product exclusive of labor orcost of labor.NO OTHER WARRANTIES EXPRESS OR IMPLIED SHALLAPPLY INCLUDING ANY WARRANTY OF MERCHANTABIUTY OR FITNESS FORA PARTICULAR PURPOSE SIKA SHALL NOT 13E LIABLE UNDERANY LEGAL THEORY FOR SPECIAL OR CONSEQUENTIAL DAMAGES.SIKA SHALL NOT BE RESPONSIBLE FOR THE USE OF THIS PRODUCT IN A MANNER TO INFRINGE ON ANY PATENTOR ANY OTHER INTELLECTUAL PROPERTY RIGHTS HELD BY OTHERS. SALE OF SIKA PRODUCTS ARE SUBJECT SIKX5 TERMS AND CONDITIONS OF SALE AVAILABLE AT HTTParUSA.SIKA.COM1 OR BY CALLING 201-9334900. _ Visit our website at uss.aika.com 1400-033-SIKA NATIONWIDE Vii° Regional Corporation and Sales CenteSikrs. For the Inc. ben of yourSake nearest Sika sales S.A.de Contact your regional center 201 Polito Avenue 601 Delmar Avenue Carretera Libre Calaya Km.8.5 �$ r�1 Sika Lyndhurst NJ 07071 Pointe Clam Fracc.Industrial Balvanera v19 Phonec SM933-7452 Quebec H9R 4A9 Corregidora,Queretaro Fra.w=circ-rr" pW_� Fax:201-933-6225 Phone 514.697.2610 C.P 76920 rax 514.694.2792 Phone:52 442 2385800 Fax 52 442 2250537 SAa and Siksdur are registered VademwU, Pdntod In Canada. Appendix 10 Caps 6 Bases _ s 1 1 1 a Adjustable and Standoff Post Bases ii , Additional standoff bases are on page 232. w�,� The AB series of retrclit adjustable post banes provide a 1'standolf r ,T washer r for the post are slotted for adjustabi'ity and can be installed with nails, H suppled Slrong-Drive'SD Connector screws or bolts(ABU).Depending on the application needs these adjustable standoff past bases are designed for versatil ty,cost-atfect'veness and maximum uplift performance. L ABU441 • p • p Features: (other sizes N •The slot in the base enables flexible positioning around the similar) anchor bolt.making precise PGSI placement easier •The 1standoff helps prevent rat at the end of the post and meets . 'r code requirements for structural posts=nstalled in basements or AM exposed to weather or water splash to MATERIAL.Varies(see table) optional SDS FINISH All galva1zed,most offered In ZMAX2;sen Corrosion screw hole(Sx) 4y to Information pages 13-15. ��; INSTALLATION:•Use all specified fasteners See General Notes. ,. ered- y • , ° Nnr supplied CL •See our Anchoring and Fastening Systems for Concrete and Masonry 2 Load • ,. H C ._J U catalog or visit www.stranglie.com for retrofit anchor options or Transfer ia sfer reference technical bulletin T-ANCHORSPEC. Supplied •Post bases do not provide adequate res'stance to prevent members from rota)ng about the base and therefore are not recommended for 3 , non top-supported installations(such as fences or unbraced carports). •Place the base,load transfer plate and nut on the anchor bolt. 1-4,4, - ABW LooSePla a tly tighten he standoff base and then the post in the ABW and 15 48U�gegZj ABUBBZ fasten on three vertical sides,using nails or Strong-Drive SD (ABU 1010Z similar) ABA44Z Connector screws. (other sizes similar) - Make any necssary adjustments to post placement and tighten the nut secarely on the anchor bait. - Bend up the iraurth side of the AEW and fasten using the correct fasteners. ABU--Place the standoff base and then the post in the ABU. Anchor s CMuver troll per Fasten using nails or Strong-Drive SO Connector screws or SNn l T M:n resigner 1 bolts(ABU88Z,ABU1010Z-SOS optional). side cover Or c ° ABA—Place the post in the ABA. tivp 1 ° -- Fasten using nails or Strong-Drive SD Connector screws CODES:See page 12 for Code Reference Key Chart. These products are available with additional corrosion protection •' q• ° Additional products on this page may also be avallable with this option, L ` check with Simpson Sttong Tie for details. or These products are approved for installation with the Strang-Orive' Typical ABWZ Installation Typical ABA441 Installation SD Connector screw.See page 27 for more information 1.Uplift loads have been increased Material Dimensions din.) Fasteners for wind or earthquake with no 0 Nominal Allowable Loads further Increase allowed reduce Model Anchor Machine Cade where other loads govern. No Post Base Str ap. W L H HBO Dia. Halls Bolts U tiff Down Rel. 2.Downloads may not be increased Size (Ga) (Da) -- for short-term loading. On•1 Oly. Dla. Nails Bolls (180) 3.Specifier to design concrete for ABA44Z 4x4 16 16 3°/s 3'h 3'/s — 'h 6-10d — — 555 — 6000 13,F1,L5 upUt capacity. ABW44Z 44 16 16 3YM 3Y.. 2'h — ,h B-10d — — 1005 — 7180 170 4.ABU products may be Installed ABU44Z 4x4 16 12 31ta 3 5f, 1'h K 12-16d 2 V, 2200 2160 6665 13,F1,L2,L5 with either bolts or lads(not bath)to achieve table loads, j♦ ABU44RZ RpjI;4xw 4.b 12 4 4 5%+ 11,1 !it 12-16d 1 Z 2200 2160 6665 13,F1.L5 ABU887,ABU88R.ABU1010Z ABA44RZ Rou h 4x4 16 16 4'!a 3% 2%a — - 1h 5-10d — — 555 — 8DN 13.F1,L2 L5 and A-14.4- tr maybe installed �. with 8-i'x3'Strong-Qrive`5D5 ABW44RZ Rou h 44 16 16 4 4'/6 11i5_3, - '4 8-10d — 835 -- 7180 Heavy-Duty Connector screws ABW46Z A46 12 1fi 3'/s 5yB 3 — 1h 10.10d — — 845 — 4590 170 ?oedload,rate for the sameNABA46Z 14 14 Wis 5s/s 3'h — '/i 8 1fid — — 700 — 943513.Fl,15 5.For AB bases,higher download aABU46Z 12 12 3'/s 5 7 2Ye % 12-16d 2 'h 2300 2300 10335 13.Fi.L2 can be achleved bysolidlyrnABU46RZ Ra12 t2 4 6 6'; 2=f N 12-16d f 4 2300 2300 10335 packing grout under 1'standoff 170 plate before installation,Base - ABW4 RRZ Rough 4x6 - 12 16 4 6 21% — 16 10-10d -- -•-- 780 4590 download on column grout,or -- concrete according to the code ABA46RZ Rou 1h4x6 ' 14 14 4'A:e 5% 2'h — % 8-16d — 700 — 12000 13,Fl,L5 B,HB dimension is the distance ABU5-5 5'hx51h 12 10 51h 5 6%u IY. % 12-16d 2 0= 2235 2235 12000 from the bottom o1 the post up � ABUS•6 5'hx6 12 10 6% 5 61Ae 1Y, �'e 12-16d 2 '4 2235 2235 12000 170 to the first bolt hale. 7.Structural composite lumber ABA6fiZ 6x6 14 14 5'h 5' 3,Ae — 34 8-1 6d — — 720 — 1"665 13,Ft.L5 columns nave sides that show �, ABW66Z 6x6 12 14 5_'h 5Yw 3 — 'h 12-1od -- -- 1190 -- 12935 170 either the wide face or the edges ABU662 6x6 12 10 5th 5 fi'/,e I% % 12-16d 2 h 2300 2300 12000 13,F1,L2 � of the lumber strandslveneers For SCL columns,the fasteners ABU66RZ Rough 6x6 12 10 6 6 5'Ms V' A 12.16d 2 1/, 2300 2300 12000 170 for these products should always ABA66RZ Rough 6x6 14 14 6 5Y% 2% — '/u 8.16d 720 •••- 12665 13,F1,L5 be Installed ih wide face. B.Downloads shall be reduced j♦ ABW66RZ Rou h 6x6 12 14 16 6 2'Yis — ,h 12-10d I — — 1065 — 12935 170 where limited by the capacity of ABUB82 8x6 14 12 Ph 7 7 — 2-% 18-16d — — 1 2320 — 24335 13,F1 r the post.See pages 245.246 tar ABUBBR Rough 8x8 14 12 8 7 7 — 2-% 1B-16d — — 2320' — 24335 common post allowable loads - — — — 9.NAILS:16d=8.162'din.x 31/" ABU101OZ 10x10 12 12 9r4 9 7Y, 2-Ye 22-16d — 2270 ,32020 long 10d.0.148'dia.x3'Iong See pages 22-23 56 _ASU1010FIZ Rou h 10x10 12 12 10 9 7 — 2- 22-16d — — 227fl 32020 i other nail -�-_ - � sizes and information. Appendix 11 caps&Bases • • rr � •� r The next-generation PCZIEPCZ past caps are '1 Lateral designed with their post and beam flanges in-line so T' I � kl',' that one PCZ/EPCZ model can accommodate several post sizes.The PCZ/EPCZ now uses easier-t0-install MIN 10d common nails.An alternate choice of fasteners is Soo° ° 3. Strong-Drive B9x1'h'SO Connector screws.ZMAX' s'°` 7 I t finish is standard to meet exposure conditions in many ' environments.See additional corrosion information at www.slronglie.carn/inla. r f Q MATERIAL 16 gauge 13i •° yy.° ;Pilot holes for Typical PCZ ° r manulacturing Post Cap FINISH ZMAX coating a 2�k I purposes I Installation INSTALLATION: (Do not install •Use all specified fasteners see General Notes. pCZ Post Range bolts)(ryp.) •Do not install bolts into pilot holes. OPTIONS- �'S�A'—.. W� Iia •For end conditions,specify EPCZ post caps. •For heavy-duty applications,see CCO and • r r ! y CC Series. h •For retrofit applications,see AC and LC Series, CODES:See page 12 for Code Reference Key Chart. -These products are available mth additional corrasion ? r1 , o ° protection.Additional products an this page may also be \ , ' , Pilot holes for Typical EPCZ available with this option,check m1h Simpson Strong-De Fort flange manufacturing End Past Cap far details. Z purposes �'* W foo not install Installation These products are approved for installation min the ~ bolls i(iyp) , Strong-Arlva'SD Connector screw.See page 27 for EPCZ more information. Shim by Fasteners'.' Allowable Loads(DF/SP) Designer Model W Post PCZ EPCZ Code No: {in.} Size - Ret. uplift Lateral Uplift Lateral Beam Past t._ (160) (160} (160) {160} v 2-2x4' 1480 1120 1130 895 {0 ° 0 0 - F:: 1480 1260 1130 1075 Sy — _ PC4Z s 10.10d B-10d 1480 1260 1130 1230PCZ Post Cap 1480 1380 1130 1230 Installed on 46 1480 1260 1435 1075 Double 21 - 160 Members o PC6Z mi 10-10d 8-10d 6x6 1480 1295 1435 _a 1230 6xB 1480 1380 1435 1230 a 48 1480 1260 1435 1075 Shim by PCBZ 71h 10.10d B•10d 6xB 14B0 1295 1435 1230_ Designer Bxe 1480 1380 1435 1230 1.Allowable loads have ncreased for wind or earthquake with no further increase allowed x reduce where other loads govern. 2 Up lilt loads do not apply to spliced conditions Spliced conditions must be detailed by the Des-gner to transfer tension loads between spliced members by means other than the post cap. i; 3.Structural composite lumber columns have sides that show either the wide face or the edges ° a of the lumber strandsfveneers Values in the tables reflect installation into the wide face and N do not allow for Installat on Into the narrow face 4 Post and team may consist of multiple members provided they are connected independently at EPCZ Past Ca $ the post cap fasteners p 5 10dx2lh(0.14B'dia x 21h'longi nails may be used with no load reduction lot uplift and 0.85 of the Installed on table loads for lateral Double 2x 6.Strong-Drive•509x1,A Connector screws may be substituted for table lasteners with no load reductioi Members 7.Models available for rough size lumber specify RZ suffix Ex.PURZ B.NAILS:10d-0146'dia.x 3'long Seepages 22-23 for other nail s.zes and infcrmat on. SCREWS:509112.0.131-Ma x 1 V-long 6i' 00 30 01 BID FORM Project Name: Greenwood Senior Center Structural Repairs Project Number: E15196 Owner: City of Corpus Christi Contractor: Barcom Construction Bid Opening 10/12/16 @ 2:00 OAR: Doug Follingstad Desi ner: 1LNV Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED Q I AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) IA l Mob./Demob./General Conditions LS 1 $59,712.00 $59,712.00 SUBTOTAL PART A-GENERAL(Items Al $59,712.00 Part B-STRUCTURAL REPAIRS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 131 Crack Repair Beneath Vinyl Tiles LF 195 $75.62 $14,745.90 B2 Crack Repair Exposed Concrete LF 132 $68.10 $8,989.20 B3 Repair Cracks in Concrete Panel Wall Joints LF 156 $116.52 $18,177.12 B4 Repair Cracks Around Concrete Panel Attachment LS 1 $6,805.00 $6,805.00 B5 Install New Baseboard Trim LF 109 $34.25 $3,733.25 B6 Repair Buckled Concrete Panel Joints LS 1 57,561.00 $7,561.00 B7 Install New Wood Trim LF 24 $46.75 $1,122.00 B8 Repair All Spalled Concrete Wall Panels CF 9 $1,461.78 $13,156.02 69 Repair Existing Concrete Floor CF 2 $1,512.50 $3,025.00 Repair Concrete Sidewalk Expansion B10 Joints LF 128 $22.69 $2,904.32 B11 Repair Uneven Flatwork LS 1 $48,388.00 $48,388.00 B12 Repair Deteriorated Wooden Columns EA 16 $335.32 $5,365.12 B13 Mortar Joint Repairs LF 30 $121.00 $3,630.00 B14 Remove Asphalt Material on Building 537.14 $10,606.20 Exterior and Install Stucco SF 330 Re-slope, Re-sod/re-seed, and Topsoil B15 $18,146.00 $18,146.00 Drainage LS 1 B16 Repair Deteriorated Wood Fascia LS 1 $1,531.00 $1,513.00 B17 Repair Deteriorated Ship Lap Siding LS 1 $2,093.00 $2,093.00 B18 Allowance for Unanticipated Foundation/Flooring Crack Repair L5 1 1 $ 10,000.00 $ 10,000-00 B19 Allowance for unanticipated Wall Panel 5palling Concrete Repair LS 1 $ 1,000.00 $ 1,000.00 SUBTOTAL PART B-STRUCTURAL REPAIRS(Items B1 thru B17) $180,960.13 Bid Form Page 1 of 2 Greenwood Senior Center Structural Repairs-E15196 Rev 01-13-2616 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EKTENOEp QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al) $59,712.00 SUBTOTAL PART B-STRUCTURAL REPAIRS (Items B1 thru B17) $180,960.13 TOTAL PROJECT BASE BID (PARTS A THRU B) $240,672.13 Contract Times Bidder agrees to reach Substantial Completion in 45 idays Bidder agrees to reach Final Completion in 75 1 days 14 6Ld 7 L Owner Authorized Signature Contractor Authorizely2oature Bid Form Page 2 of 2 Greenwood Senior Center Structural Repairs-E15196 Rev 01-13-2016 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Barcom Construction, Inc. as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars ($ 5% of G.A.B. ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Greenwood Senior Center Structural Repairs E15196 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obiigatior shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12th day of October, 2016. Barcom Construction, Inc. (Prrnci,p 1) (Seal) 61 ( ess) Travelers Casualty and Surety Company of America (Surety) (Seal) Sheil Fink (Witness) C.A. McClure (Title)Attomey-in-Fact AIA DOCUMENT A310•BID BOND•AIA QD•FEBRUARY 1970 ED-THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 1 s' � r v , . � .. - - • ,. .; ;, . f .. .: .. �� !' .�. ....- ,_. ._ _. ..; , . :. .. .,. ., -; . . - •. ,:;.;. .. .: ;,. � . , :. /� r�'i \..` �' .- _ ,,. .,,���,, i �i� .,., ..r , ,,. t v�}, �; �� ' � �. J. _ - til .�... ., •r �. y, _ - _ _ �.. ,,, �_ �. - � � .. -�_ ., ... ... .. _, r, ". , �. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER # POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casually and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 227687 Certificate Nn. O © U O 4 9 5 3 Q KNOW ALL MEN BY'THESE PRESENTS: That Farmington Casualty Company, St. Paul Fin: and Marine Insurance Company. St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of Arnerica.and United States Fidelity and Guaranty Company are corporations duly organized under the lases of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make.constitute and appoint C.A.McClure,Kelly J. Brows, Kenneth L.Meyer,and Michelle Ulery of the City of Cypress ,State of their true and lawful Attorney(s)-in-Fart, each in their separate capacity if more than one is named above,to Siam,execute,seal and acknowledge any and all bonds.recognizances.conditional undertakings and other writings obligatory in the nature thereof oil behalf of the Companies in their business of guaranteeing lire fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by paw. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 30th day of June 2016 Farmington Casualty Company St,Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company ofAmerica St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Gh5[�q� � 4tRE 6 \FM IM$4 PJ•rySUgq ,p�iY.le;ya l,�q__..F �]Z Y'-tlT --to, O".01OpA40R41j n _.. 1`�; q �4nrroaa � tuasrau, 5 _ •15' e � 1951 '�. � SERL oS �_. 'ot , a.vn". �'a i2 i"n 1896 T. b� F' ��hNCt. `+•J•S.v.��r Yg,...... �N �:bf • rN f • V>�� ��Attu �r a Slate of Connecticut By: City of Hartford ss. Robert L.Raney.Senior Vice President On this the 30th day of June 2016 .before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guartnty Insurance Underwriters,Inc..St.Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United Siaates Fidelity and Guaranty Company,and that he,as such,being:authorized so to do.executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. GbIrl R1 In Witness Whereof,I hereunto set my hand and offiCild cal.My Commission expires the 30th day Of June,202 I, # A4 Marie C,Teircuuft.Notary Puhtic 171'�'NEGr�� 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 12th day of October 2016 �f Kevin E.Hughes,Assistant Sec tary �p1.6U�tt` rJ`41RF64' C�*µmlN.r(�9 ,p�•1N34g9 44g, ��3' ' �6 0 1AppAAppyTtp a £ ; �ooaaiF c+ wQ4'ca�,.0Q"4 Mawr, !b as t 1951 y o. �`4SEAL%1on y;SEALiyr' cow To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER m Travelers' "'' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAM: You may contact Travelers Casualty&Surety Company of America,Travelers Casualty &Surety Company,Travelers Indemnity Company,Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower,Suite 2900 Philadelphia,PA 19102 (267)675-3000 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies,coverages,rights or complaints at: Texas Department of insurance P.O. Box 149104 Austin,TX 78714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND.This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021,Government Code,and Section 53.202,Property Code,effective September 1,200 t. mus cr �G A Q FMAC TASK ORDER AGREEMENT f��A9PP A � xe�2 This FACILITIES MULTIPLE AWARD CONTRACT TASK ORDER AGREEMENT (ORDER) is between the City of Corpus Christi, a Texas home-rule municipal corporation (CITY), acting through its duly authorized City Manager or designee, the Director of Engineering Services or City Engineer, and Barcom Construction, Inc. (CONTRACTOR), acting by and through its duly authorized representative, Elaine Hoffman (Name), President (Title). The parties agree as follows: 1. This ORDER is issued under the Facilities Multiple Award Contract Master Agreement signed on July 26, 2016, pursuant to Request For Proposals No. 2016-04. All terms and conditions of the Master Agreement pertain to this ORDER. 2. CONTRACTOR was selected for award of this ORDER under Request for Task Order Proposal (RFTOP) No. E15196 3. CONTRACTOR shall construct and complete certain improvements in accordance with the plans and specifications described in Exhibit "A" (attached and incorporated herein), perform all work as provided in said plans and specifications, and do such additional work as may be considered necessary to complete the work in a satisfactory and acceptable manner (the"Work"). The CITY reserves the right to make such changes in the plans and specifications and in the character of the work as may be necessary or desirable. Authorization for all changes must be made in writing. The CONTRACTOR shall furnish all labor, tools, material, machinery, equipment and incidentals necessary to the prosecution of the Work unless otherwise provided by the written terms of the plans and specifications. 4. The work described in the Task Order documents shall be completed within 75 Calendar Days of Notice To Proceed. 5. In consideration of the completion of the above-described Work, the CITY agrees to pay to CONTRACTOR the amount of $ 240,672.13 U.S. for City Proiect E15196 Greenwood Senior Center Structural Repairs Said payment shall be conditioned upon the acceptance of the work by the CITY as certified by its final inspection following the receipt of notice from the CONTRACTOR that the work is completed and ready for acceptance. Upon completion of work and before acceptance and final payment is made, the CONTRACTOR shall clean and remove from the work site all surplus and discarded materials, temporary structures and debris of every kind in order to leave the work site in a neat, orderly condition, equal to that which originally existed. The CONTRACTOR shall submit a notarized affidavit that bills for all labor, equipment, materials and supplies associated with the project have been paid before final payment is released. Proj E15196 Greenwood Sr Ctr Structural Repairs pg. 1 Rev 9/2016 6. All work shall be performed in a workmanlike manner and to the satisfaction of the CITY. The CITY shall determine the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the Work, sequence of construction and interpretation of the plans and specifications. 7. The CONTRACTOR agrees to provide Performance/Payment Bonds and insurance as required and outlined in the Task Order documents. S. The CONTRACTOR shall, at all times, observe and comply with City, federal, state and county laws, ordinances or regulations which in any manner affect the conduct of the Work. The CONTRACTOR shall be responsible for procuring all legally required building, plumbing, electrical and other permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the Work, unless otherwise provided by the written terms of the plans and specifications. 9. This Agreement or the Work provided may not be assigned or subcontracted by CONTRACTOR without the written permission of the CITY. Proj E15196 Greenwood Sr Ctr Structural Repairs pg. 2 Rev 9/2016 IN WITNESS WHEREOF this Agreement is executed. CITY OF CORPUS CHRISTI CONTRACTOR: qe1 611 ala"23250600sPf1n9 Barcom Construction, Inc. J.H. Edmonds, P.E. Company Director of Engineering i,zllyEs-by Elaine R.H°Hman Elaine R. Hoffman° -1a,°eRH° H�°, 11 /22/2016 Original Authorized Siagzna'tureoo Date Elaine R. Hoffman, President Print Name and Title 11 /17/16 Approved to Legal Form: Date 2016.11.22 13:22:48 5826 Bear Lane -06'00' Address Janet Kellogg Asst. City Attorney Corpus Christi, TX 78405 City, State, Zip 11/22/2016 361/851-1000 * 361/851-1717 Date Phone/Fax elaine@barcom.cc Email 3164-191-E15196-550010 Funding Source Proj E15196 Greenwood Sr Ctr Structural Repairs pg. 3 Rev 9/2016 DATE(MM/DD/YYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE 11/21/201 6 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 endorsements. PRODUCER CONTACT NAME: Renee Terrell Higginbotham Insurance Agency, Inc. PHONE 361-561 4237 FAX 361-844-0101 dba Swantner&Gordon Insurance Agency, LLC A/c No E-MAIL rterrell hi Inbotham.net PO BOX 870 ADDRESS: @ 99 Corpus Christi TX 78403-0870 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Valley Forge Insurance Company 20508 INSURED BARC06 INSURERB:Westchester Fire Insurance Company 21121 Barcom Construction, Inc. INSURER C:Continental Casualty Company 20443 Barcom Commercial, Inc. INSURER D:Travelers Property Casualty Co of 25674 5826 Bear Lane Corpus Christi TX 78405 INSURER E:Transportation Insurance Company 20494 INSURER F: COVERAGES CERTIFICATE NUMBER:2102665343 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD/YYY MM/DD E X COMMERCIAL GENERAL LIABILITY 04034064756 9/12/2016 9/12/2017 EACH OCCURRENCE $1,000,000 CLAIMS-MADE XI PREMISES DAMAGE TO PREMISES Ea occurrence) ccurrence $100,000 MED EXP(Any one person) $15,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY jECT El LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ C AUTOMOBILE LIABILITY 04034064790 9/12/2016 9/12/2017 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS X HIRED AUTOS )( NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) D X UMBRELLA LAB X OCCUR ZUP91M1439A16NF 9/12/2016 9/12/2017 EACH OCCURRENCE $15,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 DED X RETENTION$10,000 $ A WORKERS COMPENSATION WC434064773 9/12/2016 9/12/2017 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ❑Y N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B Builders Risk 121081838005 9/12/2016 9/12/2017 Location $7,000,000 Occurrence $10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) See Attached. . . CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Corpus Christi THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Engineering Services ACCORDANCE WITH THE POLICY PROVISIONS. 1201 Leopard St. Corpus Christi TX 78401 AUTHORIZEDREPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: BARC06 LOC#: AC"J?" ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Higginbotham Insurance Agency, Inc. Barcom Construction, Inc. Barcom Commercial, Inc. POLICY NUMBER 5826 Bear Lane Corpus Christi TX 78405 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 General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Contractor's General Liability Extension Endorsement CNA74705XX 01/15) . General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. (Blanket Additional Insured - Owners, Lessees or Contractors - With Products-Completed Operations Coverage - Form CNA75079XX 01/15) . General Liability policy includes a primary & non-contributory provision only when there is a written contract between the insured and certificate holder that requires such provision. (Contractor's General Liability Extension Endorsement CNA74705XX 01/15) . Auto Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Contractors Extended BA Plus Coverage Endorsement - Form CNA63359XX 04/12) . Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. (Texas Additional Insured - Form CA2048 10/13) . Workers' Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Texas Waiver of Our Right to Recover from Others Endorsement - Form WC 42 03 04B 06/14) . Executive Officers, David & Elaine Hoffman, are excluded under the Workers' Compensation policy. (Partners, Officers and Others Exclusion - Form WC420308 01/97) . Umbrella policy follows the terms, definitions, conditions & exclusions of the Scheduled Underlying General Liability, Auto Liability and Employers Liability Insurance. (Specialty Commercial Umbrella Liability Policy - Form SU001 02/14) . Contractors Professional Liability and Pollution Incident Liability Policy info: Columbia Casualty, Policy# CZB288296539, 11/14/16-17, $2,000,000 Each Claim / $2,000,000 Aggregate. Contractors Professional Liability and Pollution Incident Liability Policy includes Waiver of Subrogation - Form G-130914 02/11. Employee Theft policy with Travelers Casualty & Surety Company of America, Policy# 105677128, 09/12/16-17, $1,000,000 Per Occurrence Limit. Workers' Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Texas Notice of Material Change Endorsement - Form WC 42 06 01 07/84) . General Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Changes - Notice of Cancellation or Material Restriction Endorsement - Form CNA74702XX 01/15) . Auto policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Notice of Cancellation or Material Change - Designated Person or Organization - Form CNA72315XX 02/13) . Builders Risk policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Notice to Others Endorsement - Specific Parties - Form ALL-32688 01/11) . Project: Greenwood Senior Center Structural Repairs - E15196 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non-Contributory To Additional Insured's Insurance 3. Bodily Injury—Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability- Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury—Exception for Reasonable Force 11. General Aggregate Limits of Insurance—Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises I Alienated Premises I Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non-owned Aircraft Coverage 19. Non-owned Watercraft 0 N 20. Personal And Advertising Injury—Discrimination or Humiliation 0 21. Personal And Advertising Injury-Contractual Liability 22. Property Damage- Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation —Blanket 26. Wrap-Up Extension: OCIP CCIP, or Consolidated (Wrap-Up) Insurance Programs CNA74705XX (1-15) PolicyNo: 4034064756 Page 1 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: EARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A.through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Policy NO: 4034064756 Page 2 of 17 Endorsement No. 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured, The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions—Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or m c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. 0 The coverage granted by this paragraph does not apply to: N O a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. = With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) PolicyNo: 4034064756 Page 3 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: EARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products-completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS,the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Policy Na 4034064756 Page 4 of 17 Endorsement No. 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing-business-as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: This insurance does not apply to: k. Damage to Your Product 0 N Property damage to your product arising out of it, or any part of it except when caused by or resulting from: 0 (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products-completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705XX (1-15) Policy No: 4034064756 Page 5 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product-completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY—RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Policy No: 4034064756 Page 6 of 17 Endorsement No. 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or(2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMs, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means. a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; � PY � 1 �' 0 N b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at 0 the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that -- higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this - policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Policy NO: 4034064756 Page 7 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: EARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Policy No: 4034064756 Page 8 of 17 Endorsement No. 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured, 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2)with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). III. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: 0 Contractual Liability 0 the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 4034064756 Page 9 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: EARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co-employee while in the course of the co-employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Policy NO: 4034064756 Page 10 of 17 Endorsement No. 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident, the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co-volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs(a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES 1 PARTNERSHIP 1 LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or N limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY - DAMAGE TO PREMISES 1 ALIENATED PREMISES I PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A - Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: - This insurance does not apply to: CNA74705XX (1-15) Policy No: 4034064756 Page 11 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement j. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire)to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE, Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products-completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Policy Na 4034064756 Page 12 of 17 Endorsement No. 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through In. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named N Insured's care, custody or control; ti m 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled 0 Exclusions is amended to delete the exclusion entitled Liquor Liability, 0 This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS _ A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C— Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) PolicyNo: 4034064756 Page 13 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b)with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON-OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON-OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company)of the Named Insured, 2. add the following exclusions: CNA74705XX (1-15) Policy Na 4034064756 Page 14 of 17 Endorsement No. 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part, This PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY-CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability, B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: 0 So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part, This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE—ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) PolicyNo: 4034064756 Page 15 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: EARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1-d- is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1- is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED(WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy NO: 4034064756 Page 16 of 17 Endorsement No. 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products-completed operations hazard that arises out of those portions of the project that are not residential structures, B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program, C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.)or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part, All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a art of and is for attachment to the Policy Issued b the designated Insurers, takes effect � P Y � Y 9 on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. N O YY CNA74705XX (1-15) PolicyNo: 4034064756 Page 17 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: EARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products- completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide ti such additional insured with: m A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract, III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part, IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance is required by written CNA75079XX (1-15) PolicyNo: 4034064756 Page 1 of 2 Endorsement No: 3 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement contract to be primary and non-contributory, this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1-15) Policy No: 4034064756 Page 2 of 2 Endorsement No. 3 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To The Insurer is amended by the addition of the following: Solely with respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work done under a contract with that person or organization and included in the products-completed operations hazard. m All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. N O YY CNA75008XX (1-15) PolicyNo: 4034064756 Page 1 of 1 Endorsement No: 6 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY—NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice(other than for nonpayment of premium): 030 Number of days notice for nonpayment of premium: N/A Name of person or organization to whom notice will be sent: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES Address: ATTN: CONTRACT ADMINISTRATOR P.O. BOX 9277 CORPUS CHRISTI TX 78469-9277 If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. 0 0 N O All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74702XX (1-15) PolicyNo: 4034064756 Page 1 of 1 Endorsement No: 19 TRANSPORTATION INSURANCE COMPANY Effective Date: 09/12/2016 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Barcom Construction, Inc. CNA63359XX CNA Policy# 04034064790 (Ed. 04/12) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE name, with your permission, while performing duties related to the conduct of your business. A. Who Is An Insured "Policy," as used in this provision A. Who Is An The following is added to Section II, Paragraph Insured, includes those policies that were in force A.1.,Who Is An Insured: on the inception date of this Coverage Form but: 1. a. Any incorporated entity of which the 1. Which are no longer in force; or Named Insured owns a majority of the voting stock on the date of inception of 2. Whose limits have been exhausted. this Coverage Form; provided that, B. Bail Bonds and Loss of Earnings b. The insurance afforded by this provision Section II, Paragraphs A.2. (2) and A.2. (4) are A.1. does not apply to any such entity revised as follows: that is an "insured" under any other liability"policy" providing "auto"coverage. 1. In a.(2), the limit for the cost of bail bonds is 2. Any organization you newly acquire or form, changed from $2,000 to$5,000; and other than a limited liability company, 2. In a.(4), the limit for the loss of earnings is partnership or joint venture, and over which changed from $250 to$500 a day. you maintain majority ownership interest. C. Fellow Employee The insurance afforded by this provision A.2.: Section II, Paragraph B.5 does not apply. a. Is effective on the acquisition or formation Such coverage as is afforded by this provision C. date, and is afforded only until the end of is excess over any other collectible insurance. the policy period of this Coverage Form, or the next anniversary of its inception II. PHYSICAL DAMAGE COVERAGE date, whichever is earlier. A. Glass Breakage — Hitting A Bird Or Animal — s b. Does not apply to: Falling Objects Or Missiles (1) "Bodily injury' or "property damage" The following is added to Section III, Paragraph caused by an "accident" that A.3.: occurred before you acquired or formed the organization; or With respect to any covered "auto," any deductible shown in the Declarations will not apply to glass (2) Any such organization that is an breakage if such glass is repaired, in a manner "insured" under any other liability acceptable to us, rather than replaced. "policy' providing "auto" coverage. B. Transportation Expenses 3. Any person or organization that you are Section III, Paragraph AA.a. is revised, with required by a written contract to name as an respect to transportation expense incurred by you, additional insured is an "insured" but only with to provide: respect to their legal liability for acts or omissions of a person, who qualifies as an a. $60 per day, in lieu of$20; subject to "insured" under Section II — Who Is An Insured and for whom Liability Coverage is b• $1,800 maximum, in lieu of$600. afforded under this policy. If required by C. Loss of Use Expenses written contract, this insurance will be primary and non-contributory to insurance on which Section III, Paragraph AA.b. is revised, with the additional insured is a Named Insured. respect to loss of use expenses incurred by you, to provide: 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a a. $1,000 maximum, in lieu of$600. contract or agreement in that "employee's" CNA63359XX Copyright,CNA Corporation,2000. Page 1 of 3 (Ed. 04112) Includes copyrighted material of the Insurance Services Office used with its permission. CNA63359XX (Ed. 04112) D. Hired "Autos" d. A $100 per occurrence deductible applies to The following is added to Section III. Paragraph the coverage provided by this provision. A.: G. Diminution In Value 5. Hired "Autos" The following is added to Section III, Paragraph If Physical Damage coverage is provided under B.6.. this policy, and such coverage does not extend to Subject to the following, the "diminution in value" Hired Autos, then Physical Damage coverage is exclusion does not apply to: extended to: a. Any covered "auto" of the private a. Any covered "auto" you lease, hire, rent passenger type you lease, hire, rent or or borrow without a driver; and borrow, without a driver for a period of 30 b. Any covered "auto" hired or rented by days or less, while performing duties your"employee" without a driver, under a related to the conduct of your business; contract in that individual "employee's" and name, with your permission, while b. Any covered "auto" of the private performing duties related to the conduct passenger type hired or rented by your of your business. "employee"without a driver for a period of c. The most we will pay for any one 30 days or less, under a contract in that "accident" or "loss" is the actual cash individual employees name, with your value, cost of repair, cost of replacement permission, while performing duties or $75,000, whichever is less, minus a related to the conduct of your business. $500 deductible for each covered auto. c. Such coverage as is provided by this No deductible applies to "loss" caused by provision is limited to a "diminution in fire or lightning. value" loss arising directly out of d. The physical damage coverage as is accidental damage and not as a result of provided by this provision is equal to the the failure to make repairs; faulty or physical damage coverage(s) provided on incomplete maintenance or repairs; or the your owned "autos." installation of substandard parts. e. Such physical damage coverage for hired d• The most we will pay for "loss" to a covered "auto" in any one accident is the "autos"will: lesser of: (1) Include loss of use, provided it is the consequence of an "accident" for (1) $5,DDD; or which the Named Insured is legally (2) 20% of the "auto's" actual cash value liable, and as a result of which a (ACV). monetary loss is sustained by the III. Drive Other Car Coverage—Executive Officers leasing or rental concern. (2) Such coverage as is provided by this The following is added to Sections II and III: provision will be subject to a limit of 1. Any "auto" you don't own, hire or borrow is a $750 per"accident." covered "auto" for Liability Coverage while being E. Airbag Coverage used by, and for Physical Damage Coverage while in the care, custody or control of, any of your The following is added to Section III, Paragraph "executive officers,"except: B.3.' a. An "auto" owned by that "executive officer" or The accidental discharge of an airbag shall not be a member of that person's household; or considered mechanical breakdown. b. An "auto" used by that "executive officer" F. Electronic Equipment while working in a business of selling, Section III, Paragraphs B.4.c and B.4.d. are servicing, repairing or parking "autos." deleted and replaced by the following: Such Liability and/or Physical Damage Coverage c. Physical Damage Coverage on a covered as is afforded by this provision. "auto" also applies to "loss" to any (1) Equal to the greatest of those coverages permanently installed electronic equipment afforded any covered "auto"; and including its antennas and other accessories. CNA63359XX Copyright,CNA Corporation,2000. Page 2 of 3 (Ed. 04/12) Includes copyrighted material of the Insurance Services Office used with its permission. CNA63359XX (Ed. 04112) (2) Excess over any other collectible damage, against any person or organization for insurance. whom or which you are required by written 2. For purposes of this provision, "executive officer" contract or agreement to obtain this waiver from means a person holding any of the officer us. positions created by your charter, constitution, by- This injury or damage must arise out of your laws or any other similar governing document, activities under a contract with that person or and, while a resident of the same household, organization. includes that person's spouse. You must agree to that requirement prior to an Such "executive officers" are "insureds" while "accident" or"loss." using a covered "auto"described in this provision. C. Concealment, Misrepresentation or Fraud IV. BUSINESS AUTO CONDITIONS The following is added to Section IV, Paragraph A. Duties In The Event Of Accident, Claim, Suit Or B.2.: Loss Your failure to disclose all hazards existing on the date The following is added to Section IV, Paragraph of inception of this Coverage Form shall not prejudice A.2.a.: you with respect to the coverage afforded provided (4) Your "employees" may know of an such failure or omission is not intentional. "accident" or "loss." This will not mean D. Other Insurance that you have such knowledge, unless The following is added to Section IV, Paragraph such "accident" or "loss" is known to you or if you are not an individual, to any of B.5.' your executive officers or partners or your Regardless of the provisions of Paragraphs 5.a. insurance manager. and 5.d. above, the coverage provided by this The following is added to Section IV, Paragraph policy shall be on a primary non-contributory A.2.b.: basis. This provision is applicable only when required by a written contract. That written (6) Your "employees" may know of contract must have been entered into prior to documents received concerning a claim "Accident"or"Loss." or"suit." This will not mean that you have E. Policy Period, Coverage Territory such knowledge, unless receipt of such documents is known to you or if you are Section IV, Paragraph B. 7.(5).(a). is revised to not an individual, to any of your executive provide: officers or partners or your insurance manager. a. 45 days of coverage in lieu of 30 days. B. Transfer Of Rights Of Recovery Against Others V. DEFINITIONS To Us Section V. Paragraph C. is deleted and replaced by the followin The following is added to Section IV, Paragraph g A.5. Transfer Of Rights Of Recovery Against "Bodily injury" means bodily injury, sickness or disease Others To Us: sustained by a person, including mental anguish, We waive any right of recovery we may have, mental injury or death resulting from any of these. because of payments we make for injury or CNA63359XX Copyright,CNA Corporation,2000. Page 3 of 3 (Ed. 04112) Includes copyrighted material of the Insurance Services Office used with its permission. POLICY NUMBER INSURED NAME AND ADDRESS C 4034064790 BARCOM CONSTRUCTION, INC. 5826 BEAR LANE CORPUS CHRISTI, TX 78405 POLICY CHANGES CA2048 DESIGNATED INSURED BLANKET This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED BLANKET ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON OR ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. Chairman of the Board Secretary G-56015-B (ED. 11/91) CN CNA (Ed. 02113) NOTICE OF CANCELLATION OR MATERIAL CHANGE - DESIGNATED PERSON OR ORGANIZATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: In the event of cancellation or material change that reduces or restricts the insurance provided by this Coverage Form, we agree to send prior notice of cancellation or material change to the person or organization scheduled below at the address scheduled below. This endorsement does not amend our obligation to notify the Named Insured of cancellation as described in the Common Policy Conditions or in another endorsement attached to this policy. SCHEDULE 1. Number of days advance notice: 10 Days if we cancel for non-payment of premium. 30 Days if the policy is cancelled for any other reason, or if coverage is restricted or reduced by endorsement. 2. Person or Organization's Name and Address Name: 'Per Schedule On File' Attention: Cancellation notification to the above Street Address: entities will not apply to cancellation City, State, ZIP: for non payment of premium e-mail address: All other terms and conditions of the Policy remain unchanged. s 0 m 0 m 0 N O NMIN�N�NNINM xxxxx- CNA72315XX (02/13) Policy No: 04034064790 Page 1 of 1 Endorsement No. Effective Date: 09/12/16 Insured Name: BARCOM CONSTRUCTION, INC. Copyright CNA AI Rights Reserved. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. O Specific Waiver Name of person or organization (x) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS LOCATIONS AND OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: SEE SCHD N W M N O N O N O N This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) .. Endorsement Effective 09/12/16 Policy No. WC434064773 Endorsement No. Insured Barcom Construction, Inc. Premium _ Insurance Company Countersigned by WC 42 03 04 B (Ed. 06-14) Copyright 2014 National Council on Compensation Insurance, Inc.Al Rights Reserved. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICE ATTN: CONTRACT ADMINISTRATOR P.O. BOX 9277 CORPUS CHRISTI, TX 78469-9277 M ti 0 ti 0 N O N xxxxxx�x��xxxi This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 09/12/16 Policy No. WC434064773 Endorsement No. Insured Barcom Construction, Inc. Premium$ ■ Insurance Company Countersigned by WC 42 06 01 (Ed. 7-84) 006116 PAYMENT BOND BOND NO. 106624790 Contractor as Principal Surety Travelers Casualty and Surety Name: Barcom Construction Inc. Name: Company of America Mailing address(principal place of business): Mailing address(principal place of business): 5826 Bear Lane 4650 Westway Park Blvd. Corpus Christi,Texas 78405 Houston,TX 77041 Physical address(principal place of business): Owner Same as above Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): 281-606-WO E15196 FMAC Greenwood Senior Center Structural Repairs Telephone(for notice of claim): 860-277-0111 Local Agent for Surety Name: Southern American Insurance Agency,Inc. Award Date of the Contract: November 7.2016 Address: 13823 Schmidt Road Contract Price: 5240,673.12 Cypress,TX 77429 Telephone: 281-890-9294 Band Email Address: alm@southemamedcanins.com Date of Bond: November 21, 2016 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept of Insurance by calling the following toll-free number.14MO-252-3439 FMAC Payment Bond 006116-1 ElS196 FMAC Greenwood Sr Ctr 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 Chapter 2269 of the Texas Government Cade 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 Baraom Construction,Inc. Surety Travelers Casualty and Surety Company of America Signature: , Signature: C 6f1 Name: r 1�,',„ , Q flu rrr, Name: C.A. McClure Title: i r S �} n 4 _ Title: Attorney in Fact _ Email Address: Email Address: almCsoutherncamericcnins.cam+ (Attach Power of Attorney and place surety seal below) y END OF SECTION FMAC Payment Bond OO 61 16-2 E15156 FMAC Greenwood Sr Ctr 7-8-2014 WARNING:THIS POWER OF ATTORNEY IS'1NVALID WITHOUT THE RED BORDER rte, POWER OF ATTORNEY TRAVELERS J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company orAmerica St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 227687 Certificate No. ® O 6 8 '-r J 5 9 V KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualt} Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,Sl. Paul Mercury Insurance Company,Travelers Casualty and Surcly,Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters.Inc.,is it corporation duly organized under the laws of the Shue of Wisconsin(herein collectively called the"Companies'),and that the Companies do hereby make.constitute and appoint C.A.McClure, Kelly J.Brooks, Kenneth L. Meyer,and Michelle Ulery of the City of Cypress ,State of Texas their nae and lawfu[Atiorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances..conditional undertakings and other writings obligatory in the nature thereol'on behalf of the Companies in their business of guaranteeing the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF.the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 30th day of June 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters.Inc. Travelers Casualty and Surety Company of America St.Pau[Fire and Marine Insurance Company United Stales Fidelity and Guaranty Company St.Paul Guardian Insurance Company SVR� 5 O[1 "wv1.LfSFD� _.yY fE.ORGONA r�yym .}f¢y4�pn9nHArf��. rasa o 7977 1951l t s . , a awmFORDp 3[n' igys g� c ya o SF.'AiV.SSILL sf Goa+r c t _. C' s .P a•. y t Vd� p� �,11 � �tii�«n ��S rAµ��� �j�.......•rNd `e M1� ! . VAS �"+f A�� M. i 4 State of Connecticut Bv: City of Hartford ss. Robert L.Raney.Senior Vice President On this the 30th day of June 2016 ,before me personally appeared Robert L.Raney•who acknowledged himself to bethe Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company.St.Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company.and that he,as such,being authorized No to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.TET In Witness Whereof,I hereunto set my[rand and official scat. l' 1 VAX- My N A My Commission expires the 30th day of June.2021. * 00 It; >ir Marie C atetrnauIt No6ryPjbltc' ti t 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 21st day of November 2 Kevin E.Hughes,Assistant Sec Lary r.(Jp,'gAy6�0Up.�1�Fi p �y�.,.� '�41Tt qy' POS,\+O�;M..••�•'�5�9 JQ,��XS4g4� b3*(Y A,y�+L .���Y �� xb +a t� 1981 k o. y.,SEitLf�on �y� �N S�xwwG4G tlIS'.AN'la a'1••........ ai 'r� i � � fr �lf To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.trivelersbond.com.Please refer to the Attomey-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Travelers' '` IMPORTANT NOTICE TO OBTAINS INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty&Surety Company of America,Travelers Casualty &Surety Company,Travelers Indemnity Company,Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower,Suite 2900 Philadelphia,PA 19102 (267)675-3000 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies,coverages,rights or complaints at: Texas Department of insurance P.O. Box 149104 Austin,TK 78714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND.This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021,Government Code,and Section 53.202,Property Code,effective September 1,2001. 006113 PERFORMANCE BOND BOND NO. 106624790 Contractor as Principal Surety Travelers Casualty and Surety Name: Barcom Construction Inc. Name: Company of America Mailing address(principal place of business): Mailing address(principal place of business): 5826 Bear Lane 4650 Westway Park Blvd. Corpus Christi,TX 78405 Houston,TX 77041 Physical address(principal place of business): Owner Same as above Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): 281-606-8400 EIS196 FMAC Greenwood Senior Center Structural Repairs Telephone(for notice of claim): 860-277-0111 Local Agent for Surety Name: Southern American Insurance Agency,Inc. Award Date of the Contract:November 7,2016 Address: 13823 Schmidt Road Contract Price: S240,762.13 Cypress,TX 77429 Telephone: 281-890-9294 Band Email Address: alm@southemamedcanins.com Date of Bond: November 21, 2016 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Dote from the Texas Dept of Insurance by calling the of the Contract) following toll-free number.1-800-252-3439 FMAC Performance Bond 006113-1 E15196 FMAC Greenwood Sr Ctr Structural Repairs 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 lVueces County, Texas for any legal action. Contractor as Principal Borcom Construction,Inc. Surety Travelers Casually and Surety Company of Americ'cl Signature: Signature: l/z Name: — l A,In e r Name: C.A. McClure Title: Pr Title: Attorney in Fact Email Address: C JQ 41 z r e ci -), t,c Email Address: alms southernamericanins.com (Attach Power of Attorney and place surety seal below) END OF SECTION FMAC Performance Bond 006113-2 ESS196 FMAC Greenwood Sr Ctr Structural Repairs 7-8-2014 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER /{ ! r POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company tit.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casually and Surely Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. Certificate No.0 0 6 8 4 9 5 9 7 227687 KNOW ALL MEN BY THESE PRESENTS: Thin Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company.Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut.that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the lams of the State of Wisconsin(herein collectively called the"Companicti'),and that the Companies do hereby make,constitute and appoint C.A.McClure,Kelly J.Brooks,Kenneth L.Meyer,and Michelle Ulery of the City of Cypress .State of Texas their true and lawful Attontcy(s)-in-Fact, cath in their separate capacity if more than one is named above,io si:_n.execute.sea]and acknowledge any and all bonds.recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the C'umpanic+ in their business of guaranteeing the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakinp required or permitted in any actions or proceedings allowed by Inv. IN WITNESS WHEREOF,the Companies have caused this insiriunent to be signed and their corporate scall to be hereto of fixed,this 301h day of June 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company G.M1S4yt {" {iM1L M1M Ny .•+ +�' ii aM1. DC.' tl�...�...:V9 f/eo�a:• °vy, +,a}` °sL D CPP�IF U.• e g G t .1044 ¢ q q1 t HACON K0,RL.;c: � SEAL �.y rg-�+�� df�....... *,,,a eg1 'µ;e < • V�� d Stine of Connecticut By: City of Harford ss. Robert L.Rancy,Senior Vice President Or)this the 30th day of June 2016 ,before me personally appeared Robert L.Rancy,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelityand Guaranty Insurance Company,Fidelity and Guaranty Insurance Undenvriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company.St,Paul Mercury Insurance Company.Travelers Casually and Surety Company,Travelers Casuaity and Surety Company of America,and United States Fidelity and Guaranty Company,and that lie,as such,being authorized so to'do,cxecuted the foregoing instrument for the purposes therein contained by Signing On behalf of the corporations by himself as a duly authorized officer. G Irr In Witness Whereof,l hereunto set my hand and official,cal. �►f7T %W w• V My Commission expires the 30th day of June.2021. ti4 PUB L11, y4 Mane C.'['etreuult.\'uuuy Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 21St day of November2016 Kevin E.Hughes,Assistant SecrKtary pA6U11 y{1PE 6 `*µ iMS j 1NSL �,�.SY ANO Y d °y � YJ _ � p U,y �p......,.Rqr, e`� �G ��qj• 'Wp To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attomey-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. 4. r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Travelers' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty&Surety Company of America,Travelers Casualty &Surety Company,Travelers Indemnity Company,Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1560 Market Street West Tower,Suite 2900 Philadelphia,PA 19102 (267)675-3000 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies,coverages,rights or complaints at: Texas Department of Insurance P.O.Box 149104 Austin,TX 75714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND.This notice is for information Only and does not become a partora condition of the attached document and is given to comply with Section 2253-021,Government Code,and Section 53.202,Property Code,effective September 1,200t.