Loading...
HomeMy WebLinkAboutC2019-585 - 3/26/2019 - NA 00 52 25 FMAC TASK ORDER AGREEMENT Project# E16411 This FACILITIES MULTIPLE AWARD CONTRACT TASK ORDER AGREEMENT(ORDER)is between the Owner of Corpus Christi, a Texas home-rule municipal corporation (OWNER), acting through its duly authorized Owner Manager or designee, the Director of Engineering Services or Owner Engineer, and Teal Construction Company (CONTRACTOR), acting by and through its duly authorized representative. The parties agree as follows: 1. This ORDER is issued under the Facilities Multiple Award Contract Master Agreement signed on March 26, 2019, pursuant to Request for Proposal No. 2018-06. 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. E16411 City Hall Lipan St. ADA Ramp Replacement(FMAC). 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 OWNER 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 Exhibit A shall be substantially complete within 90 Calendar Days of Notice to Proceed and ready for final payment in accordance with Section 00 72 00 General Conditions within 120 Calendar Days of Notice to Proceed. 5. Liquidated Damages: A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Article 4 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof,Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): i. Substantial Completion: Contractor shall pay Owner $ 400.00 for each day that expires after the time specified in Paragraph 4 for Substantial Completion until the Work is substantially complete. ii. Completion of the Remaining Work: Contractor agrees to pay Owner $ 400.00 for each day that expires after the time specified in Paragraph 4 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. iii. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. iv. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. Task Order Agreement 00 52 25-1 E16411 City Hall Lipan St ADA Ramp Replacement(FMAC) Rev.05-01-2019 SCANNED v. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. 6. In consideration of the completion of the above-described Work, the OWNER agrees to pay to CONTRACTOR the amount of $244,128.98 (Two Hundred Forty-Four Thousand, One Hundred Twenty-Eight Dollars and 98/100 U.S.). Said payment shall be conditioned upon the acceptance of the work by the OWNER 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. 7. Progress Payments; Retainage A. The Owner will make progress payments on or about the 25th day of each month during the performance of the Work. Payment is based on Work completed in accordance with Article 17, Schedule of Values, established as provided in Section 00 72 00 General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus 5% retainage and any set-offs and properly stored materials will be made prior to Substantial Completion. 8. All work shall be performed in a workmanlike manner and to the satisfaction of the OWNER. The OWNER 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. 9. The CONTRACTOR agrees to provide the following Performance and Payment Bonds and Insurance as required and outlined in the Task Order documents. 10. The CONTRACTOR shall, at all times, observe and comply with city, county, state and federal 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. 10. This Agreement or the Work provided may not be assigned or subcontracted by CONTRACTOR without the written permission of the OWNER. IN WITNESS WHEREOF this Agreement is executed. Task Order Agreement 00 52 25-2 E16411 City Hall Lipan St ADA Ramp Replacement(FMAC) Rev.05-01-2019 Task Order Agreement 00 52 25 - 1 E16411 City Hall Lipan St ADA Ramp Replacement (FMAC) Rev. 05-01-2019 00 52 25 FMAC TASK ORDER AGREEMENT Project# _E16411 This FACILITIES MULTIPLE AWARD CONTRACT TASK ORDER AGREEMENT (ORDER) is between the Owner of Corpus Christi, a Texas home-rule municipal corporation (OWNER), acting through its duly authorized Owner Manager or designee, the Director of Engineering Services or Owner Engineer, and _Teal Construction Company__ (CONTRACTOR), acting by and through its duly authorized representative. The parties agree as follows: 1. This ORDER is issued under the Facilities Multiple Award Contract Master Agreement signed on March 26, 2019, pursuant to Request for Proposal No. 2018-06. 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. _E16411 City Hall Lipan St. ADA Ramp Replacement (FMAC). 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 OWNER 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 Exhibit A shall be substantially complete within 90 Calendar Days of Notice to Proceed and ready for final payment in accordance with Section 00 72 00 General Conditions within 120 Calendar Days of Notice to Proceed. 5. Liquidated Damages: A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Article 4 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): i. Substantial Completion: Contractor shall pay Owner $_400.00_ for each day that expires after the time specified in Paragraph 4 for Substantial Completion until the Work is substantially complete. ii. Completion of the Remaining Work: Contractor agrees to pay Owner $_400.00_ for each day that expires after the time specified in Paragraph 4 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. iii. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. iv. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. Task Order Agreement 00 52 25 - 2 E16411 City Hall Lipan St ADA Ramp Replacement (FMAC) Rev. 05-01-2019 v. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. 6. In consideration of the completion of the above-described Work, the OWNER agrees to pay to CONTRACTOR the amount of $244,128.98 (Two Hundred Forty-Four Thousand, One Hundred Twenty-Eight Dollars and 98/100 U.S.). Said payment shall be conditioned upon the acceptance of the work by the OWNER 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. 7. Progress Payments; Retainage A. The Owner will make progress payments on or about the 25th day of each month during the performance of the Work. Payment is based on Work completed in accordance with Article 17, Schedule of Values, established as provided in Section 00 72 00 General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus 5% retainage and any set-offs and properly stored materials will be made prior to Substantial Completion. 8. All work shall be performed in a workmanlike manner and to the satisfaction of the OWNER. The OWNER 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. 9. The CONTRACTOR agrees to provide the following Performance and Payment Bonds and Insurance as required and outlined in the Task Order documents. 10. The CONTRACTOR shall, at all times, observe and comply with city, county, state and federal 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. 10. This Agreement or the Work provided may not be assigned or subcontracted by CONTRACTOR without the written permission of the OWNER. IN WITNESS WHEREOF this Agreement is executed. Task Order Agreement 00 52 25 - 3 E16411 City Hall Lipan St ADA Ramp Replacement (FMAC) Rev. 05-01-2019 CITY OF CORPUS CHRISTI CONTRACTOR: _____________________________________ _Teal Construction Company______________ Mark Van Vleck Company Assistant City Manager _________________________________________ Authorized Signature _____________________________________ Assistant City Attorney 5110-B IH 37 Corpus Christi, TX 78407 361/882-4825 miller@tealcon.com END OF SECTION Performance Bond 00 61 13 ‐ 1  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  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  1201 Leopard Street, 3rd Floor  Corpus Christi, Texas 78401   Surety  is  a  corporation  organized  and  existing  under the laws of the state of: ________________    By submitting this Bond, Surety affirms its authority  to do business in the State of Texas and its license  to execute bonds in the State of Texas.    Contract   Project name and number:    Telephone (main number):  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411       Telephone (for notice of claim):       Local Agent for Surety   Name:    Award Date of the Contract:      Address:    Contract Price:      Bond  Telephone:  E‐Mail Address:  Date of Bond:     The address of the surety company to which any  notice of claim should be sent may be obtained  from the Texas Dept. of Insurance by calling the  following toll‐free number: 1‐800‐252‐3439  (Date of Bond cannot be earlier than Award Date of  the Contract)        Performance Bond 00 61 13 ‐ 2  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  Surety  and  Contractor,  intending  to  be  legally  bound  and  obligated  to  Owner  do  each  cause  this  Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative.  The  Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,  jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal  faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise  the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms  and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all  liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same  extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal  action.  Contractor as Principal     Surety  Signature:        Signature:      Name:        Name:      Title:        Title:      Email Address:        Email Address:        (Attach Power of Attorney and place surety seal below)      END OF SECTION  Payment Bond Form 00 61 16 ‐ 1  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev. 10/2018  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  1201 Leopard Street  Corpus Christi, Texas 78401   Surety  is  a  corporation  organized  and  existing  under the laws of the state of: ________________    By submitting this Bond, Surety affirms its authority  to do business in the State of Texas and its license  to execute bonds in the State of Texas.    Contract   Project name and number:   Telephone (main number):  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411       Telephone (for notice of claim):       Local Agent for Surety   Name:    Award Date of the Contract:      Address:    Contract Price:      Bond  Telephone:  E‐Mail Address:  Date of Bond:    The address of the surety company to which any  notice of claim should be sent may be obtained  from the Texas Dept. of Insurance by calling the  following toll‐free number: 1‐800‐252‐3439  (Date of Bond cannot be earlier than Award Date  of Contract)           Payment Bond Form 00 61 16 ‐ 2  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev. 10/2018  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  Supplementary Conditions  00 73 00 ‐ 1  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  00 73 00  SUPPLEMENTARY CONDITIONS  These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and  other provisions of the Contract Documents.  All provisions not amended or supplemented in these  Supplementary Conditions remain in effect.  The terms used in these Supplementary Conditions have the meanings stated in the General Conditions.   Additional terms used in these Supplementary Conditions have the meanings stated below.  ARTICLE 1 – DEFINITIONS AND TERMINOLOGY  SC‐1.01  DEFINED TERMS  A. The  members  of  the  OPT  as  defined  in  Paragraph  1.01.A.41  consists  of  the  following  organizations:  City of Corpus Christi, Texas    Chuck Anastos Associates, LLC  Gignac Landscape Architecture         a.   ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK  SC‐4.04  DELAYS IN CONTRACTOR’S PROGRESS  A. The allocation for delays in the Contractor’s progress for rain days as set forth in General  Conditions Paragraph 4.04.D are to be determined as follows:  1. Include rain days in developing the schedule for construction.  Schedule construction so  that the Work will be completed within the Contract Times assuming that these rain  days will occur.  Incorporate residual impacts following rain days such as limited access  to and within the Site, inability to work due to wet or muddy Site conditions, delays in  delivery of equipment and materials, and other impacts related to rain days when  developing the schedule for construction.  Include all costs associated with these rain  days and residual impacts in the Contract Price.  2. A rain day is defined as any day in which the amount of rain measured by the National  Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater.   Records indicate the following average number of rain days for each month:  Month Day Month Days  January 3 July 3  February 3 August 4  March 2 September 7  April 3 October 4  May 4 November 3  Supplementary Conditions  00 73 00 ‐ 2  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  June 4 December 3  3. A total of 15 rain days have been set for this Project.  An extension of time due to rain  days will be considered only after 15 rain days have been exceeded in a calendar year  and the OAR has determined that a detrimental impact to the construction schedule  resulted from the excessive rainfall.  Rain days are to be incorporated into the schedule  and unused rain days will be considered float time which may be consumed by the  Owner or Contractor in delay claims.  ARTICLE  5  –  AVAILABILITY  OF  LANDS;  SUBSURFACE  CONDITIONS  AND  PHYSICAL  CONDITIONS;  HAZARDOUS ENVIRONMENTAL CONDITIONS  SC‐5.03  SUBSURFACE AND PHYSICAL CONDITIONS  A. Delete Paragraph 5.03 entirely and insert the following:  “5.03  Subsurface and Physical Conditions  A.  No reports of explorations or tests of subsurface conditions at or contiguous to the Site,  or drawings of physical conditions relating to existing surface or subsurface structures at the  Site, are known to Owner.”  SC‐5.06  HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE  A. This  Supplementary  Condition  identifies  documents  referenced  in General Conditions  Paragraph  5.06  which  describe  Hazardous  Environmental  Conditions  that  have  been  identified at or adjacent to the Site.  No reports of explorations or tests for Hazardous  Environmental Conditions at or contiguous to the Site are known to Owner.  ARTICLE 6 – BONDS AND INSURANCE  SC‐6.03  REQUIRED MINIMUM INSURANCE COVERAGE  INSURANCE REQUIREMENTS  CONTRACTOR’S INSURANCE AMOUNTS  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 Hazard 6.  Contractual Liability  7.  Broad Form Property Damage  8.  Independent Contractors  9.  Personal & Advertising Injury    $1,000,000  Per Occurrence  $2,000,000  Aggregate  Supplementary Conditions  00 73 00 ‐ 3  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  Business Automobile Liability ‐ Owned, Non‐ Owned, Rented and Leased $1,000,000 Combined Single Limit  Workers’ Compensation Statutory    Employer’s Liability $500,000/ 500,000/ 500,000  Excess Liability/Umbrella Liability    Required if Contract Price > $5,000,000    $1,000,000  Per Occurrence      Contractor’s  Pollution  Liability  /  Environmental Impairment Coverage  Not  limited  to  sudden  and  accidental  discharge.    To  include  long‐term  environmental  impact  for  the  disposal  of  pollutants/contaminants.    Required if excavation > 3 ft  $1,000,000 Per Claim     ☐  Required ☐  Not Required  Builder’s Risk (All Perils including Collapse)    Required for vertical structures and bridges  Equal  to  Full  Replacement  Cost  of  Structure and Contents    ☐  Required ☐  Not Required  Installation Floater    Required if installing city‐owned equipment  Equal to Contract Price    ☐  Required ☐  Not Required    ARTICLE 7 – CONTRACTOR'S RESPONSIBILITIES  SC‐7.02  LABOR; WORKING HOURS  B.   Perform Work at the Site during regular working hours except as otherwise required for the  safety or protection of person or the Work or property at the Site or adjacent to the Site and  except as otherwise stated in the Contract Documents.  Regular working hours are between  8:00 a.m. and 7:00 p.m. unless other times are specifically authorized in writing by OAR.  A. Working hours may be limited during Tuesday City Council Meetings in efforts to minimize  disturbance to the ongoing City Council Meetings.    SC‐7.04  CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS  A. Add the following sentence to the end of Paragraph 7.04.A:  “Contractor’s goal on any project is to perform at least 30 percent of the Work, measured as  a percentage of the Contract Price, using its own employees."    ARTICLE 14 – PREVAILING WAGE RATE REQUIREMENTS  Supplementary Conditions  00 73 00 ‐ 4  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  SC‐14.04  PREVAILING WAGE RATES  A. The minimum rates for various labor classifications as established by the Owner are shown  below:  Wage   Determination  (WD) No  Construction Type  Project Type  TX‐31  Heavy  Heavy  Construction  Projects  (including  Sewer  and  Water  Line  Construction  and  Drainage  Projects)  TX‐40  Highway  Highway  Construction  Projects  (excluding  tunnels, building structures in rest area projects  & railroad construction; bascule, suspension &  spandrel arch bridges designed for commercial  navigation,  bridges  involving  marine  construction; and other major bridges).  TX‐45  Heavy  Pipeline ‐ On‐Shore Pipeline Construction  TX‐46  Heavy  Pipeline‐Off‐Shore Construction  TX‐342  Building  Building Construction Projects (does not include   single family homes or apartments up to and  including 4 stories)  TX‐75  Heavy  Dredging projects along the Texas gulf coast area  including  all  public  channels,  harbors,  rivers,  tributaries and the Gulf Intracoastal Waterways.  TX‐81  Heavy  Tunnel  Construction  Projects  (Bored,  48”  In  Diameter Or More)  Supplementary Conditions  00 73 00 ‐ 5  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  GENERAL DECISION NUMBER: TX190288 01/04/2019  TX288    SUPERSEDED GENERAL DECISION NUMBER: TX20180342    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 $10.60 FOR CALENDAR YEAR 2019 APPLIES TO ALL CONTRACTS  SUBJECT TO THE DAVIS‐BACON ACT FOR WHICH THE CONTRACT IS AWARDED  (AND ANY 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 $10.60 PER HOUR (OR THE APPLICABLE  WAGE RATE LISTED ON THIS WAGE DETERMINATION, IF IT IS HIGHER)  FOR ALL HOURS SPENT PERFORMING ON THE CONTRACT IN CALENDAR  YEAR 2019.  IF THIS CONTRACT IS COVERED BY THE EO AND A   Supplementary Conditions  00 73 00 ‐ 6  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  CLASSIFICATION CONSIDERED NECESSARY FOR PERFORMANCE OF WORK ON   THE CONTRACT DOES NOT APPEAR ON THIS WAGE DETERMINATION, THE   CONTRACTOR MUST PAY WORKERS IN THAT CLASSIFICATION AT LEAST   THE WAGE RATE DETERMINED THROUGH THE CONFORMANCE PROCESS SET   FORTH IN 29 CFR 5.5(A)(1)(II) (OR THE EO MINIMUM WAGE RATE,  IF IT IS HIGHER THAN THE CONFORMED WAGE RATE).  THE EO MINIMUM   WAGE RATE WILL BE ADJUSTED ANNUALLY.  PLEASE NOTE THAT   THIS EO APPLIES TO THE ABOVE‐MENTIONED TYPES OF CONTRACTS   ENTERED INTO BY THE FEDERAL GOVERNMENT THAT ARE SUBJECT   TO THE DAVIS‐BACON ACT ITSELF, BUT IT DOES NOT APPLY   TO CONTRACTS SUBJECT ONLY TO THE DAVIS‐BACON RELATED ACTS,   INCLUDING THOSE SET FORTH AT 29 CFR 5.1(A)(2)‐(60). ADDITIONAL   INFORMATION ON CONTRACTOR REQUIREMENTS AND WORKER PROTECTIONS   UNDER THE EO IS AVAILABLE AT WWW.DOL.GOV/WHD/GOVCONTRACTS.        MODIFICATION NUMBER     PUBLICATION DATE            0             01/04/2019     BOIL0074‐003 01/01/2017                                      RATES          FRINGES    BOILERMAKER......................$ 28.00            22.35  Supplementary Conditions  00 73 00 ‐ 7  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   ELEC0278‐002 08/28/2016                                      RATES          FRINGES    ELECTRICIAN......................$ 25.20             7.91  ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   ENGI0178‐005 06/01/2014                                      RATES          FRINGES    POWER EQUIPMENT OPERATOR         (1) TOWER CRANE.............$ 29.00            10.60       (2) CRANES WITH PILE        DRIVING OR CAISSON        ATTACHMENT AND HYDRAULIC        CRANE 60 TONS AND ABOVE.....$ 28.75            10.60       (3) HYDRAULIC CRANES 59        TONS AND UNDER..............$ 27.50            10.60  ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  * IRON0084‐011 06/01/2018                                      RATES          FRINGES    IRONWORKER, ORNAMENTAL...........$ 23.77             7.12  Supplementary Conditions  00 73 00 ‐ 8  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐    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  Supplementary Conditions  00 73 00 ‐ 9  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018      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      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  Supplementary Conditions  00 73 00 ‐ 10  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018      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  Supplementary Conditions  00 73 00 ‐ 11  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018      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.    ================================================================     NOTE: EXECUTIVE ORDER (EO) 13706, ESTABLISHING PAID SICK LEAVE  FOR FEDERAL CONTRACTORS APPLIES TO ALL CONTRACTS SUBJECT TO THE  DAVIS‐BACON ACT FOR WHICH THE CONTRACT IS AWARDED (AND ANY  SOLICITATION WAS ISSUED) ON OR AFTER JANUARY 1, 2017.  IF THIS  CONTRACT IS COVERED BY THE EO, THE CONTRACTOR MUST PROVIDE  EMPLOYEES WITH 1 HOUR OF PAID SICK LEAVE FOR EVERY 30 HOURS  THEY WORK, UP TO 56 HOURS OF PAID SICK LEAVE EACH YEAR.  EMPLOYEES MUST BE PERMITTED TO USE PAID SICK LEAVE FOR THEIR  OWN ILLNESS, INJURY OR OTHER HEALTH‐RELATED NEEDS, INCLUDING  PREVENTIVE CARE; TO ASSIST A FAMILY MEMBER (OR PERSON WHO IS  LIKE FAMILY TO THE EMPLOYEE) WHO IS ILL, INJURED, OR HAS OTHER  HEALTH‐RELATED NEEDS, INCLUDING PREVENTIVE CARE; OR FOR REASONS  RESULTING FROM, OR TO ASSIST A FAMILY MEMBER (OR PERSON WHO IS  Supplementary Conditions  00 73 00 ‐ 12  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  LIKE FAMILY TO THE EMPLOYEE) WHO IS A VICTIM OF, DOMESTIC  VIOLENCE, SEXUAL ASSAULT, OR STALKING.  ADDITIONAL INFORMATION  ON CONTRACTOR REQUIREMENTS AND WORKER PROTECTIONS UNDER THE EO  IS AVAILABLE AT WWW.DOL.GOV/WHD/GOVCONTRACTS.    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  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    Supplementary Conditions  00 73 00 ‐ 13  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  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  Supplementary Conditions  00 73 00 ‐ 14  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  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, 100% OF THE DATA REPORTED FOR THE  CLASSIFICATIONS WAS UNION DATA. EXAMPLE: UAVG‐OH‐0010  08/29/2014. UAVG INDICATES THAT THE RATE IS A WEIGHTED UNION  AVERAGE RATE. OH INDICATES THE STATE. THE NEXT NUMBER, 0010 IN  THE EXAMPLE, IS AN INTERNAL NUMBER USED IN PRODUCING THE WAGE  DETERMINATION. 08/29/2014 INDICATES THE SURVEY COMPLETION DATE  FOR THE CLASSIFICATIONS AND RATES UNDER THAT IDENTIFIER.    Supplementary Conditions  00 73 00 ‐ 15  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  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  Supplementary Conditions  00 73 00 ‐ 16  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  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  Supplementary Conditions  00 73 00 ‐ 17  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  PAYMENT DATA, PROJECT DESCRIPTION, AREA PRACTICE MATERIAL,  ETC.) THAT THE REQUESTOR CONSIDERS RELEVANT TO THE ISSUE.    3.) IF THE DECISION OF THE ADMINISTRATOR IS NOT FAVORABLE, AN  INTERESTED PARTY MAY APPEAL DIRECTLY TO THE ADMINISTRATIVE  REVIEW BOARD (FORMERLY THE WAGE APPEALS BOARD).  WRITE TO:                ADMINISTRATIVE REVIEW BOARD              U.S. DEPARTMENT OF LABOR              200 CONSTITUTION AVENUE, N.W.              WASHINGTON, DC 20210    4.) ALL DECISIONS BY THE ADMINISTRATIVE REVIEW BOARD ARE FINAL.    ================================================================              END OF GENERAL DECISION      ARTICLE 19 – PROJECT MANAGEMENT AND COORDINATION  SC‐19.21 COOPERATION WITH PUBLIC AGENCIES  C.  For the Contractor’s convenience, the following telephone numbers are listed:  Public Agencies/Contacts Phone Number  City Engineer 361‐826‐3500  Chuck Anastos Associates, LLC 361‐884‐4422  Chuck Anastos, AIA 361‐884‐4422  Traffic Engineering 361‐826‐3547  Police Department 361‐882‐2600  Supplementary Conditions  00 73 00 ‐ 18  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  Public Agencies/Contacts Phone Number  Water/ Wastewater/ Stormwater 361‐826‐1800  (361‐826‐1818  after  hours)  Gas Department 361‐885‐6900  (361‐885‐6942  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  IT Department (City Fiber) 361‐826‐1956  AEP 1‐877‐373‐4858  AT&T 361‐881‐2511  (1‐800‐824‐4424  after  hours)  Grande Communications 1‐866‐247‐2633  Spectrum Communications 1‐800‐892‐4357  Crown Castle Communications  (Network Operations Center) 1‐888‐632‐0931  CenturyLink 361‐208‐0730  Windstream 1‐800‐600‐5050  Regional Transportation Authority 361‐289‐2712  Port of Corpus Christi Authority Engr. 361‐882‐5633  TxDOT Area Office 361‐808‐2500  Corpus Christi ISD 361‐695‐7200    ARTICLE 25 – SHOP DRAWINGS  SC‐25.03 CONTRACTOR’S RESPONSIBILITIES  A. Provide Shop Drawings for the following items:  Specification Section Shop Drawing Description   T.B.D.          ARTICLE 26 – RECORD DATA  SC‐26.03 CONTRACTOR’S RESPONSIBILITIES  A. Submit Record Data for the following items:  Supplementary Conditions  00 73 00 ‐ 19  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  Specification Section Record Data Description   T.B.D.              END OF SECTION  Summary of Work 01 11 00 ‐ 1  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  01 11 00  SUMMARY OF WORK  1.00 GENERAL  1.01 WORK INCLUDED  A. Construct Work as described in the Contract Documents.  1. Provide the materials, equipment, and incidentals required to make the Project  completely and fully useable.  2. Provide the labor, equipment, tools, and consumable supplies required for a complete  Project.  3. The Contract Documents do not indicate or describe all of the Work required to  complete the Project.  Additional details required for the correct installation of  selected products are to be provided by the Contractor and coordinated with the OAR.  1.02 DESCRIPTION OF WORK  A. Work is described in general, non‐inclusive terms as:  1. The scope of work includes the removal and disposal of the existing concrete ramp;  the repair or replacement of the existing waterproof membrane; the addition and  recompaction of new select material for new base under the new accessible  sidewalk; the installation of 12” diameter concrete piers with reinforcing steel at an  average depth of 12’ to stabilize the sidewalk; the installation of approximately  1,105 SF of new 12” thick concrete sidewalk; the repair of the damaged glazed CMU  wall; and the regrading of the site affected by this project, providing Bermuda grass  sod in these same areas.  1.03 WORK UNDER OTHER CONTRACTS  A. The following items of work are not included in this Contract, but may impact construction  scheduling and completion:  1. Not Applicable.  B. In the case of a disagreement between the above list and those specified elsewhere in the  Contract Documents, the Contractor is to base his Proposal on the most expensive listing.  C. Completion of the Work described in this Contract may impact the construction and testing  of the items listed above.  1. Coordinate construction activities through the OAR.  2. Pay claims for damages which result from the late completion of the Project or any  specified Milestones.  1.04 WORK BY OWNER  A. The Owner plans to perform the following items of work which are not included in this  Contract, but may impact the construction scheduling and completion:  1. Not Applicable.  Summary of Work 01 11 00 ‐ 2  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  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.  1.05 CONSTRUCTION OF UTILITIES  A. Pay for temporary power, including but not limited to construction cost, meter connection  fees, and permits.  1.06 USE PRIOR TO FINAL COMPLETION  A. Owner has the right to use or operate any portion of the Project that is ready for use after  notifying the Contractor of its intent to do so.  B. The execution of Bonds is understood to indicate the consent of the surety to these  provisions for use of the Project.  C. Provide an endorsement from the insurance carrier permitting use of Project during the  remaining period of construction.  D. Conduct operations to insure the least inconvenience to the Owner and general public.  2.00 PRODUCTS (NOT USED)  3.00 EXECUTION (NOT USED)  END OF SECTION  Alternates and Allowances  01 23 10 ‐ 1  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  01 23 10  ALTERNATES AND ALLOWANCES  1.00 GENERAL  1.01 REQUIREMENTS  A. Alternates:  1. This Section describes each alternate by number and describes the basic changes to be  incorporated into the Work when this alternate is made a part of the Work in the  Agreement.  2. Drawings  and  Specifications  will  outline  the  extent  of  Work  to be  included  in  the  alternate Contract Price.  3. Coordinate  related  Work  and  modify  surrounding  Work  as  required  to  properly  integrate the Work under each alternate and provide a complete and functional Project  as required by the Contract Documents.  4. Bids for alternates may be accepted or rejected at the option of the Owner.  5. Owner may incorporate these alternates in the Contract when executed or may issue a  Change Order to incorporate these alternates within 120 days at the prices offered in  the Bid, unless noted otherwise.  A Request for a Change Proposal may be issued after  120 days or other designated time period to negotiate a new price for incorporating the  Work into the Project.  B. The Lump Sum Bid Items described as “Allowances” have been set as noted in Section 00 30  01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder.  These  Allowances may be used at the Owner’s discretion in the event that unforeseen conditions  or conflicts are encountered during construction that warrants the use of the Allowance  funds.  If the use of Allowance funds becomes necessary, the OAR will provide written  authorization at a cost negotiated between Owner and Contractor, using unit prices in the  Bid Form when applicable.  No work is to be performed under the Allowance items without  written authorization from the OAR.  There is no guarantee that any of these funds will need  to be used during the course of the Work.  1.02 DOCUMENT SUBMITTALS  A. Provide documents for materials furnished as part of the alternate in accordance with Article  24 of SECTION 00 72 00 GENERAL CONDITIONS.  1.03 DESCRIPTION OF ALTERNATES  A. Alternate No. 1 ‐ Install new light pole and solar powered area lighting:  1. Consists of an allowance for adding a solar led light fixture on new freestanding pole  with foundation to comply with the requirements of the State Board of Insurance,  Engineering Division, for TCPIA.  B. Alternate No. 2 –Install new xeriscape landscaping:  1. Consists of an allowance for adding new xeriscape landscaping using drought resistant  vegetation with irrigation.  Alternates and Allowances  01 23 10 ‐ 2  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  1.04 DESCRIPTION OF ALLOWANCES  A. Allowance E1 – Permits:  1. The sum of $150.00 to be used for the purchase of permits required to complete this  project.  2. Measurement for payment will be made on a lump sum basis.  Payment for permits  will be based on the receipt of documentation of actual costs.  Contractor shall furnish  satisfactory evidence of the rate or rates paid for all permits  B. Allowance E2 ‐ Project Contingencies:  1. The sum of $15,000.00 to be used for the purchase of project contingencies.  2. Measurement for payment will be made on a lump sum basis.  Payment will be based  on the receipt of documentation of actual costs.  2.00 PRODUCTS (NOT USED)  3.00 EXECUTION (NOT USED)  END OF SECTION  Measurement and Basis for Payment  01 29 01 ‐ 1  City Hall – Lipan ADA Ramp Replacement  Project # E16411   Rev 10/2018  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 Article 17 of SECTION 00  72 00 GENERAL CONDITIONS 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 Article 17 of  SECTION 00 72 00 GENERAL CONDITIONS.  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 Article 17 of SECTION 00  72 00 GENERAL CONDITIONS for each unit price item.  Include cost not specifically set forth  as an individual payment item but required to provide a complete and functional system in  the unit price.  B. Measurement for payments will be made only for the actual measured and/or computed  length, area, solid contents, number, and weight, unless other provisions are made in the  Contract Documents.  Payment on a unit price basis will not be made for Work outside  finished dimensions shown in the Contract Documents.  Include cost for waste, overages,  and tolerances in the unit price for that line item.  Measurement will be as indicated for each  unit price item.  1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS  A. Bid Item A‐1 – Mobilization (Maximum 5%):  1. Include the following costs in this Bid item:  a. Transportation and setup for equipment;  b. Salaries for preparation of documents required before the first Application for  Payment;  c. Salaries for field personnel assigned to the Project related to the mobilization of  the Project;   d. Transportation and/or erection of all field offices, sheds, and storage facilities;  e. Demobilization; and  f. Mobilization may not exceed 5 percent of the total Contract Price.  Measurement and Basis for Payment  01 29 01 ‐ 2  City Hall – Lipan ADA Ramp Replacement  Project # E16411   Rev 10/2018  2. Measurement for payment will be made per lump sum on the following basis:  When at  least 5% of the adjusted contract amount for construction is earned,  75%  of  the  mobilization lump sum bid amount will be eligible for payment, minus retainage.  Upon  substantial completion of all work under this Contract and removal of all equipment and  materials from the Project site, the remaining 25% of the mobilization lump sum bid  amount will be eligible for payment, minus retainage.  B. Bid Item A2 – Bonds and Insurance  1. Payment shall include all bonds and insurance  required under the Contract Documents.  2. Measurement for payment will be made on a lump sum basis.  Payment for bonds and  insurance will be based on the receipt of documentation of actual costs.  Contractor  shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance.   Contractor will be reimbursed for the actual cost of bonds, not to exceed the verifiable  costs of specific bonds and insurance incurred by the Contractor.  C. Bid Item A3 – Storm Water Pollution Prevention  1. Payment shall include but not be limited to furnishing and submitting the SWPPP to  TCEQ and Owner and updating the Plan during the Project as needed.  All permits and  required fees related to the SWPPP will be included in this item.  2. Measurement for payment will be made per lump sum on the following basis:  The  initial pay application will include 50% of the lump sum bid amount minus retainage.   The balance will be paid according to the percent of construction completion after  50% completion has occurred, minus retainage.  D. Bid Item B – Existing Conditions:  1. Include the following costs in the Bid Item:  a. Select Demolition – existing concrete ramp / sidewalk;  b. Select demolition – existing concrete ramp wall;  c. Temporary construction fence;  d. Repair of damaged glazed CMU wall;  e. Repair / Replace building waterproof membrane system;  f. Site Grading;  2. Upon acceptance of the Bid Item above, the basis of payment will be determined by the  percentage of completion of the scope of the bid item..  3. The unit measure for the basis of payment for this bid item will be on a percentage basis  of completion verified by the Architect and OAR.  E. Bid Item C ‐ Concrete  1. Include the following costs in the Bid Item:  a. Concrete Sidewalk – 5’ wide;  b. Concrete retaining walls;  c. Concrete piers;  Measurement and Basis for Payment  01 29 01 ‐ 3  City Hall – Lipan ADA Ramp Replacement  Project # E16411   Rev 10/2018  2. Upon acceptance of the Bid Item above, the basis of payment will be determined by the  percentage of completion of the scope of the bid item.   3. The unit measure for the basis of payment for this bid item will be on a percentage basis  of completion verified by the Architect and OAR.  F. Bid Item D ‐ Landscape  1. The basis of measurement and payment for other Bid Items shall be as described in  the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01  BID FORM.  2.00 PRODUCTS (NOT USED)  3.00 EXECUTION (NOT USED)  END OF SECTION   01 33 01 Submittal Register Product  Information Sample or  Mockup Operations Data  03 35 23 EXPOSED AGGREGATE CONCRETE PAVING 1.1, 1.2, &  1.4 Record Data Mockup None 09 97 23 SOLVENT CONCRETE SEALERS 1.2 Record Data Mockup O&M Manual 16 52 00 EXTERIOR LIGHTING 1.3 Record Data None O&M Manual Paragraph No. Specification  Section Specification Description Types of Submittals Required Submittal Register  City Hall – Lipan ADA Ramp Replacement  Project # E16411  01 33 01‐1 10/2018 Special Procedures 01 35 00 ‐ 1  City Hall – Lipan ADA Ramp Replacement  Project # E16411   Rev 10/2018  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:  1. No loud work to be performed during the Tuesday City Council Meetings to include:  a. Saw cutting of concrete;  b. Hammer drills;  c. Pneumatic chisels;  d. excavators, etc.  B. Perform the Work not specifically described in this Section as required to complete the  entire Project within the Contract Times.  1.02 PLAN OF ACTION  A. Submit a written plan of action for approval for shutting down essential services.  These  include:  1. Electrical power,  2. Control power,  3. Pipelines or wastewater systems,  4. Communications equipment, and  5. Other designated functions.  B. Describe the following in the plan of action:  1. Scheduled dates for construction;  2. Work to be performed;  3. Utilities, piping, or services affected;  4. Length of time the service or utility will be disturbed;  5. Procedures to be used to carry out the Work;  6. Plan of Action to handle emergencies;  7. List of manpower, equipment, and ancillary supplies;  8. Backups for key pieces of equipment and key personnel;  9. Contingency plan that will be used if the original schedule cannot be met; and  C. Submit plan 2 weeks prior to beginning the Work.  Special Procedures 01 35 00 ‐ 2  City Hall – Lipan ADA Ramp Replacement  Project # E16411   Rev 10/2018  1.03 CRITICAL OPERATIONS – NOT APPLICABLE  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:    Critical Operation Max. Time  Out of Operation  Hours Operation  can be Shut Down  Liquidated  Damages  ($ 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 [for operation of the existing distribution system]  [other description of critical nature of operations].  2. Loss of [operation of the existing distribution system] [other description of critical  nature of operations] can subject the Owner to loss of revenue, additional operations  cost, and fines from regulatory agencies.  3. Liquidated damages have been established for each critical operation.  F. Designated Critical Operations are described in more detail as follows:  1. Critical Operation 1 ‐ [Title from Table Above]:  a. [Provide detailed description of Critical Operation 1.]  1.04 OWNER ASSISTANCE – NOT APPLICABLE  2.00 PRODUCTS (NOT USED)  3.00 EXECUTION (NOT USED)  END OF SECTION  Temporary Facilities and Controls  01 50 00 ‐ 1  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  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 as 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 and public  identification for accessible path to building public entrance.  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.  Temporary Facilities and Controls  01 50 00 ‐ 2  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  2. Provide sanitary conditions.  Prevent public nuisance or hazardous conditions from  developing or existing at the Site.  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 – FIELD OFFICE NOT REQUIRED  A. The Contractor must furnish the OPT with a field office at the Site.  The field office must  contain at least 120 square feet of useable space.  The field office must be air‐conditioned  and heated and must be furnished with an inclined table that measures at least 30 inches  by 60 inches and two chairs.  The Contractor shall move the field office on the Site as  required by the OAR.  The field office must be furnished with a telephone (with 24‐hour per  day answering service) and fax machine paid for by the Contractor.  There is no separate  pay item for the field office.  B. Furnish a field office of adequate size for Contractor’s use.  Provide conference room space  for a minimum of 15 people.  C. Other trades may provide their own offices only when space is available at the Site, and the  OPT agrees to its size, condition, and location.  D. No monthly partial payments will be processed until OPT’s field office facilities are  completed and approved.  2.02 TEMPORARY STORAGE BUILDINGS  A. Furnish storage buildings of adequate size to store any materials or equipment delivered to  the Site that might be affected by weather.  2.03 TEMPORARY SANITARY FACILITIES  A. Provide sanitary facilities at the Site from the commencement of the Project until Project  conclusion.  Always maintain these facilities in a clean and sanitary condition 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 – NOT REQUIRED  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.  Temporary Facilities and Controls  01 50 00 ‐ 3  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  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.  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.  Temporary Facilities and Controls  01 50 00 ‐ 4  City Hall – Lipan ADA Ramp Replacement  Project # E16411 Rev 10/2018  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 CONSTRUCTION FENCE  A. Install and maintain a construction fence around the Site and off‐site storage yards.  Fence  must be a minimum 6 feet high chain link construction unless shown otherwise.  Provide  gates with padlocks.  3.06 REMOVAL OF TEMPORARY FACILITIES  A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and  restore the Site to original condition or finished in accordance with the Drawings.  B. Remove informational signs upon completion of construction.  C. Remove Project identification signs, framing, supports, and foundations upon completion  of the Project.  3.07 MAINTENANCE AND JANITORIAL SERVICE  A. Provide janitorial service (sweeping/mopping) for the OPT’s field office on a weekly basis or  as requested.  Empty trash receptacles daily or as needed.  B. Maintain signs and supports in a neat, clean condition.  Repair damage to structures,  framings, or signs.  C. Repair any damage to Work caused by placement or removal of temporary signage.  D. Service, maintain, and replace, if necessary, the OPT’s field office computer equipment  throughout the Project as required by the OPT including replacement cartridges for all  office equipment.  END OF SECTION  Temporary Controls 01 57 00 ‐ 1  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  01 57 00  TEMPORARY CONTROLS  1.00 GENERAL  1.01 WORK INCLUDED  A. Provide  labor,  materials,  equipment,  and  incidentals  necessary to  construct  temporary  facilities to provide and maintain control over environmental conditions at the Site.  Remove  temporary facilities when no longer needed.  B. Construct temporary impounding works, channels, diversions, furnishing and operation of  pumps, installing piping and fittings, and other construction for control of conditions at the  Site.  Remove temporary controls at the end of the Project.  C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant  Discharge  Elimination  System  (TPDES)  General  Permit  No.  TXR150000  for  stormwater  discharges from construction activities as applicable to the nature and size of the Project.   Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and  Laws and Regulations.  File required legal notices and obtain required permits prior to  beginning any construction activity.  D. Provide  labor,  materials,  equipment, and incidentals necessary to  prevent  stormwater  pollution for the duration of the Project.  Provide and maintain erosion and sediment control  structures as required to preventive sediment and other pollutants from the Site from  entering  any  stormwater  system  including  open  channels.    Remove  pollution  control  structures when no longer required to prevent stormwater pollution.  1.02 QUALITY ASSURANCE  A. Construct  and  maintain  temporary  controls  with  adequate  workmanship  using  durable  materials  to  provide  effective  environmental  management  systems  meeting  the  requirements of the Contract Documents and Laws and Regulations.  Use materials that  require minimal maintenance to prevent disruption of construction activities while providing  adequate protection of the environment.  B. Periodically inspect systems to determine that they are meeting the requirements of the  Contract Documents.  1.03 DOCUMENT SUBMITTAL  A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with  Article 25 of SECTION 00 72 00 GENERAL CONDITIONS.  B. Provide copies of notices, records, and reports required by the Contract Documents or Laws  and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL  CONDITIONS.  1.04 STANDARDS  A. Provide  a  SWPPP  that  complies  with  all  requirements  of  TPDES  General  Permit  No.  TXR150000 and any other applicable Laws and Regulations.  Temporary Controls 01 57 00 ‐ 2  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter  14, Article X ‐ titled “STORM WATER QUALITY MANAGEMENT PLANS” and  any  other  applicable Laws and Regulations.  1.05 PERMITS  A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate  Storm Sewer System (MS4) receiving stormwater discharges from the Site:  1. Notice  of  Intent  (NOI)  at  least  48  hours  prior  to  beginning  construction  activity.   Construction activity may commence 24 hours after the submittal of an electronic NOI.  2. Notice  of  Change  (NOC)  letter  when  relevant  facts  or  incorrect information  was  submitted in the NOI, or if relevant information in the NOI changes during the course of  construction activity.  3. Notice of Termination (NOT) when the construction Project has been completed and  stabilized.  B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the  general  public  and  as  required  by  Laws  and  Regulations  prior  to  starting  construction  activities and maintain the posting until completion of the construction activities.  C. Maintain copies of a schedule of major construction activities,  inspection  reports,  and  revision documentation with the SWPPP.  1.06 STORMWATER POLLUTION CONTROL  A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth  by the TCEQ for the duration of the Project as applicable to the nature of the work and the  total disturbed area:  1. Develop a SWPPP meeting all requirements of the TPDES General Permit.  2. Submit of a Notice of Intent to the TCEQ.  3. Develop and implement appropriate Best Management Practices as established by local  agencies of jurisdiction.  4. Provide all monitoring and/or sampling required for reporting to the TCEQ.  5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit.  6. Submit copies of the reports to the Designer as Record Data in accordance with Article  26 of SECTION 00 72 00 GENERAL CONDITIONS.  7. Always retain copies of these documents at the Site  for review and inspection by the  OPT  or  regulatory  agencies.    Post  a  copy  of  the  permit  as  required  by  Laws  and  Regulations.  8. Assume  sole  responsibility  for  implementing,  updating,  and  modifying  the  TPDES  General  Permit  per  Laws  and  Regulations  for  the  SWPPP  and  Best Management  Practices.  B. Use forms required by the TCEQ to file the Notice of Intent.  Submit the Notice of Intent at  least 2 days prior to the start of construction.  Develop the SWPPP prior to submitting the  Temporary Controls 01 57 00 ‐ 3  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  Notice of Intent.  Provide draft copies of the Notice of Intent , SWPPP, and any other pertinent  TCEQ submittal documents to Owner for review prior to submittal to the TCEQ.  C. Return any property disturbed by construction activities to either specified conditions or pre‐ construction conditions as set forth in the Contract Documents.  Provide an overall erosion  and  sedimentation  control  system  that  will  protect  all  undisturbed  areas  and  soil  stockpiles/spoil areas.  Implement appropriate Best Management Practices and techniques  to  control  erosion  and  sedimentation  and  maintain  these  practices  and  techniques  in  effective operating condition during construction.  Permanently stabilize exposed soil and fill  as soon as practical during the Work.  D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures  for furnishing, installing, and maintaining erosion and sedimentation control structures and  procedures and overall compliance with the TPDES General Permit.  Modify the system as  required to effectively control erosion and sediment.  E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final  Completion.  1.07 POLLUTION CONTROL  A. Prevent  the  contamination  of  soil,  water,  or  atmosphere  by  the discharge  of  noxious  substances  from  construction  operations.  Provide adequate measures  to  prevent  the  creation  of  noxious  air‐borne  pollutants.    Prevent  dispersal  of  pollutants  into  the  atmosphere.  Do not dump or otherwise discharge noxious or harmful fluids into drains or  sewers, nor allow noxious liquids to contaminate public waterways in any manner.  B. Provide equipment and personnel and perform emergency measures necessary to contain  any spillage.  1. Contain  chemicals  in  protective  areas  and  do  not  dump  on  soil.  Dispose of such  materials at off‐site locations in an acceptable manner.  2. Excavate contaminated soil and dispose at an off‐site location if contamination of the  soil does occur.  Fill resulting excavations with suitable backfill and compact to the  density of the surrounding undisturbed soil.  3. Provide documentation to the Owner which states the nature and strength of the  contaminant, method of disposal, and the location of the disposal site.  4. Comply with Laws and Regulations regarding the disposal of pollutants.  C. Groundwater or run‐off water which has come into contact with noxious chemicals, sludge,  or sludge‐contaminated soil is considered contaminated.  Contaminated water must not be  allowed to enter streams or water courses, leave the Site in a non‐contained form, or enter  non‐contaminated areas of the Site.  1. Pump contaminated water to holding ponds constructed by the Contractor for this  purpose, or discharge to areas on the interior of the Site, as designated by the OAR.  2. Construct temporary earthen dikes or take other precautions and measures as required  to contain the contaminated water and pump to a designated storage area.  3. Wash any equipment used for handling contaminated water or soil within contaminated  areas three times with uncontaminated water prior to using such equipment in an  Temporary Controls 01 57 00 ‐ 4  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  uncontaminated  area.    Dispose  of  wash  water  used  to  wash  such  equipment  as  contaminated water.  1.08 EARTH CONTROL  A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of  generation.  Control stockpiled materials to eliminate interference with Contractor and  Owner’s operations.  B. Dispose of excess earth off the Site.  Provide written approval from the property owner for  soils deposited on private property.  Obtain approval of the Owner if this disposal impacts  the use of Site or other easements.  1.09 OZONE ADVISORY DAYS – NOT APPLICABLE  A. Do not conduct roofing, priming, or hot‐mix paving operations, except for repairs, on days  the City Engineer has notified Contractor that an ozone advisory is in effect.  An extension of  time will be allowed for each day for which priming or hot mix paving was scheduled, crews  were prepared to perform this Work and the City Engineer issued ozone alert prevents this  Work.  Contractor will be compensated at the unit price indicated in the Bid for each day for  which an extension of time was granted due to an ozone alert.  1.10 MANAGEMENT OF WATER  A. Manage water resulting from rains or ground water at the Site.  Always maintain trenches  and excavations free of water at all times.  B. Lower the water table in the construction area by acceptable me ans if necessary, to maintain  a dry and workable condition at all times.  Provide drains, sumps, casings, well points, and  other water control devices as necessary to remove excess water.  C. Provide continuous operation of water management actions.  Maintain standby equipment  to provide proper and continuous operation for water management.  D. Ensure that water drainage does not damage adjacent property.  Divert water into the same  natural watercourse in which its headwaters are located, or another natural stream or  waterway as approved by the Owner.  Assume responsibility for the discharge of water from  the Site.  E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR  and to match surrounding material at the conclusion of the Work.  1.11 DEWATERING  A. This item is considered subsidiary for all dewatering methods other than “well pointing” to  the appropriate bid items as described in the Bid Form where dewatering is needed to keep  the excavation dry, as approved by the Designer, and shall include all costs to provide a dry  foundation for the proposed improvements.  B. Storm water that enters an excavation can be pumped out as long as care is taken to  minimize solids and mud entering the pump suction and flow is pumped to a location that  allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet.  Temporary Controls 01 57 00 ‐ 5  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  C. An alternative to sheet flow is to pump storm water to an area where ponding occurs  naturally without leaving the designated work area or by a manmade berm(s) prior to  entering the storm water system.  Sheet flow and ponding is to allow solids screening and/or  settling prior to entering a storm water conduit or inlet.    D. Storm water or groundwater shall not be discharged to private property without permission.   It is the intent that Contractor discharges groundwater primarily into the existing storm  water system, provided that the quality of groundwater is equal to or better than the  receiving stream, the Corpus Christi Bay.  E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor’s  expense, prior to commencing discharge and shall be retested by the Contractor, at the  Contractor’s expense, a minimum of once a week.  Contractor shall coordinate with the  Owner on all testing.  Tests will also be performed as each new  area of construction is started.  F. Another option for disposal of groundwater by Contractor would include pumping to the  nearest sanitary sewer system.  If discharging to temporary holding tanks and trucking to a  sanitary sewer or wastewater plant, the costs for these operations shall be negotiated.  Other  groundwater disposal alternatives or solutions may be approved by the Designer on a case  by case basis.    G. Prior to pumping groundwater from a trench to the sanitary sewer system the Contractor  shall contact Wastewater Pre‐treatment Coordinator at 826‐1817 to obtain a “no cost”  permit from the Owner’s Waste Water Department.  Contractor will pay for any water quality  testing or water analysis cost required.  The permit will require an estimate of groundwater  flow.  Groundwater flow can be estimated by boring a hole or ex cavating a short trench then  record water level shortly after completion, allow to sit overnight, record water level again,  pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to  fill to original level and overnight level.  1.12 DISPOSAL OF CONTAMINATED GROUNDWATER – NOT APPLICABLE  A. An allowance will be included in the Bid for the unanticipated disposal of contaminated  groundwater.  This allowance may not be needed but is provided in case contaminated  groundwater is encountered during the course of the Project and does not meet the water  quality  requirements  for  discharge  into  the  storm  water  or  wastewater systems.  This  allowance  includes  all  materials,  tools,  equipment,  labor,  transportation,  hauling,  coordination, and proper disposal of the contaminated water at an approved landfill, deep  water injection well, or other site as agreed to by the Designer.  Suggested disposal facilities  would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi,  Texas].  B. The  payment  for  this  Work  will  be  based  on  the  Contractor’s  actual  costs  and  will  be  negotiated.  Payment will not include costs associated with routine dewatering, which is  considered subsidiary to the appropriate bid items as described in Paragraph 1.11.  1.13 DISPOSAL OF HIGHLY CHLORINATED WATER  A. Dispose of water used for testing, disinfection, and line flushing.  Comply with Owner’s  requirements  and  Laws  and  Regulation  regarding  the  disposal  of contaminated  water,  including water with levels of chlorine, which exceed the permi ssible limits for discharge into  wetlands or environmentally sensitive areas.  Comply with the requirements of all regulatory  Temporary Controls 01 57 00 ‐ 6  City Hall – Lipan ADA Ramp Replacement (FMAC)  Project # E16411 Rev 10/2018  agencies in the disposal of all water used in the Project.  Include a description and details for  disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES.  Do  not use the Owner’s sanitary sewer system for disposal of contaminated water.  1.14 WINDSTORM CERTIFICATION  A. All affected materials and installation shall comply with Texas Department of Insurance  Requirements for windstorm resistant construction for design wind speed as required by the  current version of the International Building Code (IBC).  When applicable, Contractor  shall  be responsible for contracting with a licensed structural engineer in the State of Texas to  perform all inspections and provide documentation for windstorm certification to the Texas  Board  of  Insurance.    The  Contractor  shall  be  responsible  for  providing  all  necessary  design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm  engineer/inspectors required to conform with the requirements of the Texas Department of  Insurance.  2.00 PRODUCTS  2.01 MATERIALS  A. Provide materials that comply with Laws and Regulations.  3.00 EXECUTION  3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS  A. Construct temporary controls in accordance with Laws and Regulations.  B. Maintain  controls  in  accordance  with  regulatory  requirements  where  applicable,  or  in  accordance with the requirements of the Contract Documents.  C. Remove temporary controls when no longer required, but before the Project is complete.   Correct any damage or pollution that occurs as the result of removing controls while they are  still required.  END OF SECTION  SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev. 10-30-2014 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 “Site Clearing and Stripping”. Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter – TxDOT Test Method Tex-310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO 4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-½ In. 2 In. 1-½ In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-½ in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes ‘A’ and ‘C’, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 given consistency. (a) Retarding and Water-Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water-reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air-Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well-ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev. 10-30-2014 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water-reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water-reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water-reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete 4 inches 3 inches 5 inches 2.5 inches 5 inches 4 inches 6 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty-eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Class of Concrete Sacks Cement per C.Y. (min.) Minimum Compressive Strength (f'c) 28-Day(psi) Min. Beam Strength 7-Day (psi) Maximum Water-Cement Ratio (gal/sack) Coarse Aggregate No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7-day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete-General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non-agitating equipment. 11. READY-MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev. 10-30-2014 be placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready-mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready-Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold-drawn from rods that have been hot-rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Bar Size Number Nominal Diameter, In. Nominal Area, Sq. In. Weight per Linear Foot, Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Gauge Number Equivalent Diameter, Inches Gauge Number Equivalent Diameter, Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 #3 thru #8 6d -- #9, #10 8d -- #11 8d 8d #14, #18 10d -- 032020 Page 3 of 6 Rev. 10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 TABLE 1 Minimum Lap Requirements Lap Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 EXPOSED AGGREGATE CONCRETE PAVING 03 35 23 - 1 City Hall – Lipan ADA Ramp Replacement  Project # E16411  SECTION 03 35 23 – EXPOSED AGGREGATE CONCRETE PAVING  PART 1 ‐ GENERAL  1.1 SUMMARY  A. Section Includes:  1. Special  finishing  materials  and  techniques,  using  chemical  surface  retarders,  for  producing decorative exposed aggregate paving finish.  2. Curing and sealing of exposed aggregate surfaces.  1.2 RELATED SECTIONS  A. The following Section(s) contain work related to the work of this Section:  1. Section 03 00 20 – Portland Cement Concrete:  General requirements for mixing, placing,  and finishing cast‐in‐place concrete for exposed aggregate finish.  1.3 REFERENCES  A. American Society for Testing and Materials (ASTM)  1. ASTM C 1315 ‐ Standard Specification for Liquid Membrane‐Forming Compounds Having  Special Properties for Curing and Sealing Concrete.  1.1 PREINSTALLATION MEETINGS  A. Preinstallation Conference: Conduct conference at Project site.  B. Review scope of Work expected.  Require representatives of each entity directly concerned with  concrete slab work to attend, including the following:  1. Contractor’s superintendent.  2. Concrete paving subcontractor.  3. Surface retarder manufacturer's representative.  4. Architect's and/or Owner's representative (at their option).  C. Review the following, at a minimum:  1. Schedule  2. Extent of Work.  3. Materials to be applied.  4. Procedures to be used for achieving exposed aggregate finish.  EXPOSED AGGREGATE CONCRETE PAVING 03 35 23 - 2 City Hall – Lipan ADA Ramp Replacement  Project # E16411  5. Mockup panel requirements.  6. Material storage and staging.  7. Temporary heating and tenting.  8. Cleanup and disposal of waste materials.  1.2 ACTION SUBMITTALS  A. General:  Submit the following for approval.  Do not proceed with work involving any action  submittal until approval is obtained.  B. Product  Data:    Technical  data  sheets  for  each  product  used.    Include  material  physical  characteristics, storage and application instructions, precautions and safety data, cleanup, and  maintenance information.  C. Shop Drawings:  Scaled layout drawings of slab areas to receive exposed aggregate finish.   Include  location  of  areas  to  receive  treatment,  patterns,  effects,  and  aggregate  exposure  degree.  D. Aggregate samples for special aggregate blends.  1.3 INFORMATIONAL SUBMITTALS  A. General:  Submit the following to the Owner for the Owner's information and records.  If  acceptable, and unless otherwise indicated, Informational Submittals will not be acted upon or  returned.  B. Safety Data Sheets (SDS) for all products used.  C. Qualification Data: For Installer.  1.4 QUALITY ASSURANCE  A. Manufacturer Qualifications:  Company regularly engaged in the manufacturing of the products  specified  in  this  section,  with at  least  10  years'  successful  history  manufacturing  material  specified herein.  B. Installer  Qualifications:  Installer  who  is  approved  by,  or  acceptable  to  manufacturer  for  application of surface retarders required for this Project, with at least five (5) years' experience  in exposed aggregate finishing.  C. Mock‐up Panels: Prepare one mock‐up panel for each type and finish of exposed aggregate finish  and  aggregate  combination  at  the  project  site  to  verify  proper aggregate  and  mix  design,  demonstrate proficiency of the Installer, and determine the best procedures and degree(s) of  aggregate exposure. Mock‐up panels shall be a minimum of 3’ x 3’. Use methods and materials  proposed for use on the final installation, including special aggregates, if required. The approved  mock‐up panel shall serve as a standard of appearance for the final work to be produced.  EXPOSED AGGREGATE CONCRETE PAVING 03 35 23 - 3 City Hall – Lipan ADA Ramp Replacement  Project # E16411  1. Retain  approved  mockups  during  exposed  aggregate  finishing  work to serve as a  reference for aesthetic intent and quality standard during final application.  2. Approved mock‐ups may be incorporated into the Work, if undisturbed.  3. Demolish and turn over mockups at completion of Project.  1.5 DELIVERY, STORAGE, AND HANDLING  A. Deliver products in original factory packaging, bearing identification of product, manufacturer,  batch number, and expiration date.    1. Furnish Safety Data Sheets to the project superintendent for each product.  B. Store products in a location protected from damage, construction activity, precipitation and  direct sunlight, in strict accordance with the manufacturer's recommendations.  1. Do not allow liquid products to freeze.  2. Use products within published shelf life.  C. Handle all products with appropriate precautions and care as stated on the Safety Data Sheet.  1.6 PROJECT CONDITIONS  A. Environmental  Limitations:  Comply  with  manufacturer's  written  instructions  for  ambient  temperature and humidity, wind, precipitation, and other conditions affecting surface retarder  performance.  1. Follow hot‐ and cold‐weather concreting procedures recommended in ACI 305 and 306.  B. Use appropriate measures for protection and supplementary heating to ensure proper curing  conditions in accordance with manufacturer's recommendations if application during inclement  weather occurs.  C. Protect adjacent work from contamination due to mixing, handling, and application of surface  retarders, curing compounds, and sealers.  PART 2 ‐ PRODUCTS  2.1 MATERIALS  A. Surface Retarder:  Water based top‐surface retarder designed to retard the setting (hydration)  of the upper layer of cement paste, producing an exposed‐aggregate appearance of the concrete  surface.  1. Product:  Dayton Superior "Top Cast" Surface Retarder, of one or more of the following  Grade(s), as required to achieve intended aesthetic effect:  EXPOSED AGGREGATE CONCRETE PAVING 03 35 23 - 4 City Hall – Lipan ADA Ramp Replacement  Project # E16411    Product  Code  Package Color  Aggregate Size to Expose / Finish  03  Violet  Acid Etch Finish  05  Light Blue  Sandblast Finish  15  Yellow  Up to 1/4" (6.6 mm)  25  Beige  1/8" – 1/4" (3 mm – 6.5 mm)  50  Canary Green  1/8" – 3/8" (3 mm – 9.5 mm)  75  Blue  1/8" – 3/8" (3 mm – 9.5 mm)  100  Gray  3/8" –1/2" (9.5 mm – 13 mm)  125  Pink  3/8" – 5/8" (9.5 mm – 16 mm)  150  Green  3/8" – 5/8" (9.5 mm – 16 mm)  200  Salmon  5/8" – 1" (16 mm – 25 mm)  250  Orange  1" – 1‐1/2" (25 mm – 38 mm)  B. Aggregate:  Well‐graded,  washed  gravel  and  coarse  sand  as  required  to  achieve  intended  aesthetic effect.  1. Provide special size(s) and/or color(s) of aggregate when required.  2. Proportion fine and coarse aggregate per manufacturer's recommendations for size of  aggregate to be exposed and to achieve intended aesthetic effect.  C. Water: Potable and at a temperature of not more than 70 deg F.  D. Curing/Sealing  Compound:    Clear,  water‐based,  film‐forming  curing/sealing  compound,  conforming to ASTM C 1315, Type I, Class A.  1. Product:  Dayton Superior "Cure & Seal 1315 EF."  E. Curing/Sealing  Compound:    Clear,  solvent‐based,  film‐forming  curing/sealing  compound,  conforming to ASTM C 1315, Type I, Class A.  1. Product:  Dayton Superior "Cure & Seal 25% J22UV."  F. Curing/Sealing Compound:  Refer to Division 32 Section "Concrete Paving."  EXPOSED AGGREGATE CONCRETE PAVING 03 35 23 - 5 City Hall – Lipan ADA Ramp Replacement  Project # E16411  G. Surface Sealer:  Clear solvent‐based methacrylate non‐yellowing sealer, designed to darken and  reduce porosity of exposed aggregate concrete surface.  H. Surface Sealer: Low VOC, water‐based clear acrylic, non‐yellowing sealer, designed to reduce  porosity of exposed aggregate concrete surface.  1. Product:  Dayton Superior "Ultra Seal EF."  I. Surface Protectant:  Water‐based liquid polymer, designed to protect surfaces from overspray  of curing compounds, sealers, and surface retarders.  1. Product:  Dayton Superior "Face‐Off."  PART 3 ‐ EXECUTION  3.1 GENERAL  A. All application requirements herein are general, in nature.  Actual techniques and procedures  shall be as required to achieve acceptable visual effects.  1. Refer to other Division 3 Section(s) for general requirements for forming, reinforcing,  mixing, placing, and finishing concrete pavement work.  B. Products, techniques, and procedures shall be identical to those used to produce accepted  mockups and shall result in visual effects that match mockups as closely as practicable.  C. Follow all manufacturer's instructions regarding preparation, mixing, and applying materials.  3.2 EXAMINATION  A. Inspect all areas involved in work to establish extent of work, access, and need for protection of  surrounding construction.  3.3 SLAB FINISHING  A. Finish  slab  surface  per  manufacturer's  recommendations  for  exposed  aggregate  finish(es)  indicated, and as required by Division 3 Section "Concrete Paving."  B. Ensure smooth, flat surface, without low spots ("bird baths") which  would  allow  applied  materials to puddle.  C. Ensure no ridges or tool marks remain on slab surface.  EXPOSED AGGREGATE CONCRETE PAVING 03 35 23 - 6 City Hall – Lipan ADA Ramp Replacement  Project # E16411  3.4 PREPARATION  A. Ensure that air, material, and surface temperature is at least 40 degrees F and rising prior to  beginning application.  B. Protect  all  surroundings  from  overspray  of  liquid  materials,  including,  but  not  limited  to,  adjacent horizontal surfaces, windows, roofs, walkways, drives, and landscaping.  1. Apply surface protectant and/or plastic sheeting, sufficiently taped in place.  3.5 SURFACE RETARDER APPLICATION  A. General:  Follow all manufacturer's recommendations and written instructions when applying  surface retarder.  B. Mixing:  Mix surface retarder thoroughly prior to each use.  C. Application:    1. Begin application while slab is still wet, after the evaporation of all bleed water from the  surface.  2. Patterns:  Where patterns are indicated, provide stencils or masking to areas not to  receive each Grade of surface retarder.  Seal edges of masking to prevent seepage of  surface retarder underneath mask.  3. Apply  surface  retarder  using  low  pressure  sprayer  to  produce  an  even,  continuous  coating.  a. Follow manufacturer's recommended coverage rate; do not under‐apply.  4. Comply with manufacturer's recommendations regarding rain protection until material is  dry.  D. Removal:  1. Begin removing retarded cement matrix after dwell time recommended by manufacturer,  adjusted for field conditions.  Unless field conditions substantially differ from those under  which acceptable mockup was produced, begin removal after same time period as was  used for mockup.  2. Remove cement matrix with garden hose or 25‐degree nozzle power washer.  a. Stiff  bristle  broom  or  mechanical  scrubber  may  be  used  as  the  primary  or  a  supplementary means of removal.  b. Take care not to mechanically remove more material than intended by using overly  aggressive methods.  3.6 CURING AND SEALING  A. Curing:  Apply curing/sealing compound to slab after water from retarder removal operations  has dissipated.  1. Coverage:  Apply at 200 sq. ft. per gallon.  EXPOSED AGGREGATE CONCRETE PAVING 03 35 23 - 7 City Hall – Lipan ADA Ramp Replacement  Project # E16411  B. Sealer:  Apply two (2) coats of surface sealer to slab after curing/sealing compound has dried.  1. Clean surface of dirt, dust, and debris prior to application.  2. Coverage:  Apply at 200 – 300 sq. ft. per gallon (first and second coats).  3. Coverage:  a. First Coat:  200 – 300 sq. ft. per gallon.  b. Second Coat:  400 – 600 sq. ft. per gallon.  3.7 CLEANING  A. Remove all debris and excess materials from the job site and dispose of in accordance with all  applicable regulations for waste disposal.  END OF SECTION  CONCRETE SEALERS    09 97 23 ‐ 1  City Hall – Lipan ADA Ramp Replacement  Project # E16411    SECTION 09 97 23    CONCRETE SEALERS    PART 1  GENERAL    1.1  SUMMARY    A.  This Section specifies an applied sealer for horizontal cast‐in‐place concrete surfaces.    B.   Related Sections: Refer to the following specification sections for coordination.    1. Section 03 00 20 ‐ Cast‐In‐Place Concrete.  2. Section 03 35 23 – Exposed Aggregate Concrete Paving    1.2  SUBMITTALS    A.  Product Data: Submit manufacturer's product data and installation instructions.    B  Mock‐Up:  Prepare a test area on mock‐up Exposed Aggregate Concrete Paving to verify  suitability of the sealer and final appearance.    1.3  QUALITY ASSURANCE    A.   Manufacturer: Minimum 10 years’ experience producing concrete coatings.    B.  Installer:  Licensed installers experienced and trained in the use of specified products.    C.  Suitability of Substrate:  Concrete surface must be clean and dry with all stains, oil, grease,  dust  and  dirt  removed  prior  to  application.  A  thorough  pressure  washing  is  highly  recommended.    D.  Regulatory Requirements: Comply with requirements of authorities having jurisdiction and  applicable codes at the location of the project.    1.4  DELIVERY, STORAGE AND HANDLING    A.  Deliver materials and products in unopened factory labeled packages. Protect from damage.    B.   Store in a safe place, out of direct sunlight.  Keep containers tightly sealed.  Do not allow  product to freeze.  Use within manufacturer’s recommended shelf life, approximately 12  months.    CONCRETE SEALERS    09 97 23 ‐ 2  City Hall – Lipan ADA Ramp Replacement  Project # E16411  PART 2 ‐ PRODUCTS    2.1  MATERIALS    A.  Concrete Sealer:  High‐performance, non‐yellowing, clear acrylic‐based sealer.    1.   Performance:  Concrete sealers shall meet or exceed the following:  a.  Coverage:  As recommended by manufacturer.  b.  Moisture Retention, Test ASTM C 309:  0.21 kg/m² at 200 ft² per gallon and 0.32  kg/m² at 300 ft² per gallon.  c.  Gasoline Resistance:  Slight dulling after15‐minute exposure (ponding).  d.  Tg:  50°C.  e.  Tukon Hardness:  30 minutes at 180°F, 9.3; 30 minutes at 300°F, 13.7.  f.  Pencil Hardness:  30 minutes at 180°F, F; 30 minutes at 300°F, H.  g.  Spray Conditions, Viscosity:  19 seconds, No. 2 Zhan cup.  h.  Abrasion Resistance:  160 mg lost, CS‐17 wheel, 1000 g load, 1000 cycles    PART 3 ‐ EXECUTION    3.1  PREPARATION    A.  Inspection:  Prior to start of application, inspect existing conditions to ensure surfaces are  suitable for installation including the following:    1.  Concrete has cured for a minimum of 28 days prior to application of sealer.  2.  Surface is completely free of sealers, oils, dirt, paint, alkali, penetrating sealers and  foreign materials that would prevent the sealer from penetrating the concrete surface.  3.  Concrete has been swept clean.  4.  Test area has been approved.    3.2  APPLICATION    A.  Concrete Sealer:  Strictly comply with manufacturer’s installation recommendations including  the following.     1.  Apply after stain has dried at rate recommended by manufacturer.   2.  Clean surface as recommended by manufacturer.  3.  All concrete flatwork designated as being sealed in the plans and specifications shall be  sealed with 2‐3 even coats of sealer, at the rate of approximately 150 to 200 square feet  per gallon.     3.3  CLEANING AND PROTECTION    A.  Protection:  Do not cover, but protect floor area from paint and other contaminates that could  inhibit the sealer.  END OF SECTION  EXTERIOR LIGHTING    16 52 00 ‐ 1  City Hall – Lipan ADA Ramp Replacement  Project # E16411  SECTION 16 52 00 ‐ EXTERIOR LIGHTING      PART 1 GENERAL      1.1  CONTENTS    A.  Exterior Lighting Units with Luminaries, LEDS, Transformers, Photovoltaic Panel,  Poles/Support Structures, and accessories.    1.2  DEFINITIONS        A.  Lighting Unit:    1.  A luminaire or an assembly of luminaries complete with a common support,  including pole, post, or other structure, and mounting and support accessories.      B.  Luminaire (Light Fixture):  1.  A complete lighting device consisting of LED(s), photovoltaic panel, and  transformer(s), when applicable, together with parts designed to distribute  light, to position and protect lamps, and to connect lamps to power supply.    1.3  QUALITY ASSURANCE      A.  Luminaries and Accessories:  1.  Listed and labeled as defined in NFPA 70, Article 100, for their indicated use,  location, and installation conditions by a testing agency acceptable to  authorities having jurisdiction.      B.  ANSI Compliance:      1.  Comply with ANSI C2.      C.  NFPA Compliance:      1.  Comply with NFPA 70.      D.  IP Grade Compliance:    1. IP66.    PART 2    2.1  EXTERIOR LIGHTING      A.  Marketplace Preferred Program Manufacturers:    1. None.      B.  Approved Manufacturers:  1.  Dianming.    a.  A102 – All‐In‐One Solar LED Street Light.  EXTERIOR LIGHTING    16 52 00 ‐ 2  City Hall – Lipan ADA Ramp Replacement  Project # E16411      A. DMSL‐A102‐050    b.  Three (3) Heads on single pole.    c.   White fixture.    d.  Single Pole – 15’ tall on 3’ pedestal.    e.  Non‐shrinking grout to be used after leveling.    f.  Analog timer on/off lighting control.    g.  50 Watt.    h.  neutral White (NW) 4000K, CRI >70.  2.  Distributer:    LPS Green Technologies    (972) 816‐8792    2.2  LUMINAIRES      A.  Performance Requirements:  1.  Comply with IESNA RP‐8 for parameters of lateral light distribution patterns  indicated for luminaries.    2. Metal Parts:  Free from burrs, sharp corners, and edges.  3.  Sheet Metal Components:  Corrosion‐resistant aluminum, unless otherwise  indicated.  Form and support to prevent warping and sagging.  4.  Housings:  Rigidly formed, weather‐ and light‐tight enclosures that will not  warp, sag, or deform in use.  Provide filter/breather for enclosed luminaries.  5.  Doors, Frames, and Other International Access:  Smooth operating, free from  light leakage under operating conditions.  Arrange doors, frames, lenses,  diffusers, and other pieces to prevent accidental falling during relamping and  when secured in operating position.  Provide for door removal for cleaning or  replacing lens.  Arrange to disconnect transformer when door opens.    6. Exposed Hardware Material:  Stainless steel.  7.  Plastic Parts:  High resistance to yellowing and other changes due to aging,  exposure to heat, and ultraviolet radiation.  8.  Reflecting Surfaces:  Minimum reflectance as follows, unless otherwise  indicated.     a. White Surfaces:  85 percent.     b. Specular Surfaces:  83 percent.     c. Diffusing Specular Surfaces:  75 percent.  9.  Lenses and Refractors:  Materials as indicated.  Use heat‐ and aging‐resistant,  resilient gaskets to seal and cushion lens and refractor in luminaire doors.      10.  Photoelectric Relays:  As follows:  a.  Contact Relays:  Single throw, arranged to fail in the on position and  factory set to turn light unit on at 1.5 to 3 fc and off at 4.5 to 10 fc with  15‐second minimum time delay.     b. Relay Mounting:  In luminaire housing.  11.  LED Transformer:  Comply with ANSI C82.4. Constant wattage autotransformer  unless otherwise indicated.  a.  Voltage and current ratings as recommended by ballast manufacturer.  b.  Open‐circuit operation will not reduce average life.  c.  Noise:  Uniformly quiet operation, with a noise rating of B or better.  EXTERIOR LIGHTING    16 52 00 ‐ 3  City Hall – Lipan ADA Ramp Replacement  Project # E16411  12.  LEDs:  Provide luminaries with indicated lamps of designated type,  characteristics, and wattage.  Where a lamp is not indicated for a luminaire,  provide medium wattage lamp recommended by manufacturer for luminaire.  a.  LED Color Temperature and Minimum Color‐Rendering Index:  4000K  and 70 CRI, unless otherwise indicated.  2.3  LUMINAIRE SUPPORT COMPONENTS      A.  Performance Requirements:  1.  Description:  Comply with AASHTO LTS‐3 for pole or other support structures,  brackets, arms, appurtenances, base and anchorage and foundation.  2.  Wind‐Load Strength of Total Support Assembly:  Adequate to carry support  assembly plus luminaries at indicated heights above grade without failure,  permanent deflection, or whipping in steady winds of 100 mph (160 km/h) with  a gust factor of 1.3.  Support assembly includes pole or other support structures,  brackets, arms, appurtenances, base, and anchorage and foundation.  a.  Strength Analysis:  For each pole type and luminaire combination,  multiply the actual equivalent projected area of luminaries and brackets  by a factor of 1.1 to obtain the equivalent projected area to be used in  pole selection strength analysis.  3.  Finish:  Match finish of pole/support structure for arm, bracket, and tenon  mount materials.  4.  Mountings, Fasteners, and Appurtenances:  Corrosion‐resistant items  compatible with support components.     a. Materials:  Will not cause galvanic action at contact points.  b.  Mountings:  Correctly position luminaire to provide indicated light  distribution.  c.  Anchor Bolts, Nuts, and Washers:  Hot‐dip galvanized after fabrication  unless stainless‐steel items are indicated.     d. Anchor‐Bolt Template:  Plywood or steel.  5.  Pole/Support Structure Bases:  Anchor type with hold‐down or anchor bolts,  leveling nuts, and bolt covers.  6.  Steel Poles:  Tubing complying with ASTM A 500, Grade B, carbon steel with a  minimum yield of 46,000 psig (317 MPa); one‐piece construction up to 40 feet in  length with access handhole in pole wall.  a.  Grounding Provisions for Metal Pole/Support Structure:  Welded ½‐inch  threaded lug, accessible through handhole and listed for copper  conductor connection.     b. Shafts:  Square, straight.  7.  Metal Pole Brackets:  Match pole metal.  Provide cantilever brackets without  underbrace, in sizes and styles indicated, with straight tubular end section to  accommodate luminaire.  8.  Pole‐Top Tenons:  Fabricated to support luminaire or luminaries and brackets  indicated, and securely fastened to pole top.  9.  Concrete for Pole Foundations:  Comply with Section 03300 “Cast‐in‐Place  Concrete.”     a. Design Strength:  3000‐psig, 28‐day compressive strength.    2.4  FINISHES  EXTERIOR LIGHTING    16 52 00 ‐ 4  City Hall – Lipan ADA Ramp Replacement  Project # E16411      A.  Performance Requirements:  1.  Comply with NAAMM’s “Metal Finishes Manual for Architectural and Metal  Products” for recommendations for applying and designating finishes.      2.  Steel:  Grind welds and polish surfaces to a smooth, even finish.  a.  Galvanized Finish:  Hot‐dip galvanize after fabrication to comply with  ASTMA 123.  b.  Surface Preparation:  Clean surfaces to comply with SSPC‐SP 1, “Solvent  Cleaning,” to remove dirt, oil, grease, and other contaminants that  could impair paint bond.  Remove mill scale and rust, if present, from  uncoated steel, complying with SSPC‐SP 5/NACE No. 1, “White Metal  Blast Cleaning,” or SSPC‐SP 8, “Pickling.”  c.  Interior:  Apply one coat of bituminous paint or interior of pole, or  otherwise treat to prevent corrosion.  d.  Polyurethane Enamel:  Manufacturer’s standard finish consisting of one  or more coats of primer and two finish coats of high‐gloss, high‐build  polyurethane enamel.      1) Color:  Bronze.      END OF SECTION       00 61 13 PERFORMANCE BOND BOND NO. 2294470 Contractor as Principal Name: Teal Construction Company Mailing address (principal place of business): 5110-B IH 37 Corpus Christi, TX 78407 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: FMAC Project No. E16411 City Hall Lipan St ADA Ramp Replacement (FMAC) Award Date of the Contract: September 13, 2019 Contract Price: $244,128.98 Bond Date of Bond: September 30, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: North American Specialty Insurance Company Mailing address (principal place of business): 1200 Main Street, Suite 800 Kansas City, MO 64105 Physical address (principal place of business): 1200 Main Street, Suite 800 Kansas City, MO 64105 Surety is a corporation organized and existing under the laws of the state of: New Hampshire By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): (913) 676-5200 Telephone (for notice of claim): (800) 338-0753 Local Agent for Surety Name: Mike Juneau Address: 3050 Post Oak Blvd., Suite 850 Houston, TX 77056 Telephone: (713) 552-2301 Email Address: Mike_Juneau@swissre.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 FMAC Performance Bond E16411 City Hall Lipan St ADA Ramp Replacement (FMAC) 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Name: Title: Email Address: /10, Irl I I11��� II 11� ‘`C Surety Signature: , /1 - Name: Name: Alyso/Carmichael Title: Attorney -In -Fact Email Address: acarmichael@bmbinc.com (Attach Power of Attorney and place surety seal below) END OF SECTION FMAC Performance Bond E16411 City Hall Lipan St ADA Ramp Replacement (FMAC) 006113-2 7-8-2014 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri does hereby make, constitute and appoint: DAVID T. MICLETTE, BARRY K. McCord, ROBERT C. DAVIS, KRISTI LOVETT, ASHLEY BRITT PLATT, ALYSON CARMICHAEL, TABITHA DORMAN NIKOLE JEANNETTE, HEATHER NOLES, ROBERT M. OVERBEY, JR. AND LAUREN O. MOUDY JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 01111.1T11111110/1,, •� TcP _a m pPPCC�AiRq' SEAL ?ty•Z1973 4, 0;_•t.. r txttttauaarauyw �/�► /) .e. o1kPoR� .1.1f p By � ' 6SC SEAL ``" Steven P. Anderson, Senior Vice President of Washington International Insurance Company ,n & Senior Vice President of North American Specialty Insurance Company Im & Senior Vice President of Westport Insurance Corporation I rO IMO Mike A. Ito, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 17th day of May , 20 19 . State of Illinois County of Cook On this 17th day of May , 20 19, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation OFM. KENNY .i / f\lkAL SEAL 'v.�t Notary Public; State of Illinois My Commission Expires 12/04/2021 M. Kenny, Notary Public � I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 30th day of September 20 19 Jeffrey Goldberg, Vice President & Assistant Secretary of' Washington International Insurance Company & North Amencan Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President - Claims, at 1-800-338-0753. You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll-free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1450 American Lane, Suite 1100 Schaumburg, IL 60173 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a,tdi.state.tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President - Claims, al 1-800-338-0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1450 American Lane, Suite 1100 Schaumburg, IL 60173 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Co ns u merProtectio n (ai tdi.state.tx. us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. 00 61 16 PAYMENT BOND BOND NO, 2294470 Contractor as Principal Name: Teal Construction Company Mailing address (principal place of business): 8550-B IH 37 Corpus Christi, TX 78407 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: FMAC Protect No. E16411 City Hall Lapn St ADA Ramp Replacement (FMAC) Award Date of the Contract: September 13, 2019 Contract Price: $244,128.98 Bond Date of Bond: September 30, 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: North American Specialty Insurance Company Mailing address (principal place of business): 1200 Main Street, Suite 800 Kansas City, MO 64105 Physical address (principal place of business): 1200 Main Street, Suite 800 Kansas City, MO 64105 Surety is a corporation organized and existing under the laws of the state of: New Hampshire By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): (913) 676-5200 Telephone (for notice of claim): (800) 338-0753 Local Agent for Surety Name: Mike Juneau Address: 3050 Post Oak Blvd., Suite 850 Houston, TX 77056 Telephone: (713) 552-2301 Email Address: Mike_Juneau@swissre.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 FMAC Payment Bond E16411 City Hall Lipan St ADA Ramp Replacement (FMAC) 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Ara Signature: Name: Name: Alys. Carmichael Title: Title: Attorney-In-Fact Email Address: Email Address: acarmichael@bmbinc.com .‘``,�ytructip n //// r[1 - .'z. ..5 (Attach Power of Attorney and place surety seal below) END OF SECTION FMAC Payment Bond E16411 City Hall Lipan St ADA Ramp Replacement (FMAC) 006116-2 7-8-2014 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri does hereby make, constitute and appoint: DAVID T. MICLETTE, BARRY K. McCord, ROBERT C. DAVIS, KRISTI LOVETT, ASHLEY BRITT PLATT, ALYSON CARMICHAEL, TABITHA DORMAN NIKOLE JEANNETTE, HEATHER NOLES, ROBERT M. OVERBEY, JR. AND LAUREN O. MOUDY JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 01111.1T11111110/1,, •� TcP _a m pPPCC�AiRq' SEAL ?ty•Z1973 4, 0;_•t.. r txttttauaarauyw �/�► /) .e. o1kPoR� .1.1f p By � ' 6SC SEAL ``" Steven P. Anderson, Senior Vice President of Washington International Insurance Company ,n & Senior Vice President of North American Specialty Insurance Company Im & Senior Vice President of Westport Insurance Corporation I rO IMO Mike A. Ito, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 17th day of May , 20 19 . State of Illinois County of Cook On this 17th day of May , 20 19, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation OFM. KENNY .i / f\lkAL SEAL 'v.�t Notary Public; State of Illinois My Commission Expires 12/04/2021 M. Kenny, Notary Public � I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 30th day of September 20 19 Jeffrey Goldberg, Vice President & Assistant Secretary of' Washington International Insurance Company & North Amencan Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President - Claims, at 1-800-338-0753. You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll-free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1450 American Lane, Suite 1100 Schaumburg, IL 60173 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a,tdi.state.tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President - Claims, al 1-800-338-0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1450 American Lane, Suite 1100 Schaumburg, IL 60173 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Co ns u merProtectio n (ai tdi.state.tx. us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 9/27/2019 Bowen,Miclette &Britt Insurance Agency,LLC 1111 N.Loop West,Suite 400 Houston TX 77008 Lennie Gaza 713-880-7100 713-880-7166 Certificates@bmbinc.com Continental Ins Co 35289 TEALCONSTR Transportation Insurance Company 20494TealConstructionCompany 1335 Brittmoore Houston TX 77043 Travelers Property Casualty Co of Amer 25674 National Fire Ins Co of Hartford 20478 1660459485 A X 1,000,000 X 1,000,000 15,000 1,000,000 2,000,000 X X Y Y 5088432366 2/15/2019 2/15/2020 2,000,000 B 1,000,000 X Y Y C5088432383 2/15/2019 2/15/2020 C X X 1,000,000 10,000 Y Y ZUP14T2424919NF X 1,000,000 2/15/2019 2/15/2020 D N Y 5088432397 2/15/2019 2/15/2020 X 1,000,000 1,000,000 1,000,000 The following policy provisions and/or endorsements form part of the policies of insurance represented by this certificate of insurance.The terms contained in the policies and/or endorsements supersede the representations made herein.Electronic copies of the policy provisions and/or endorsements listed below are available by emailing:certificates@bmbinc.com General Liability: Blanket additional insured Ongoing Operations per form #CNA 74705 01 15 Blanket additional insured Completed Operations per form #CNA 75079 10 16 Blanket waiver of subrogation per form #CNA 74705 01 15 See Attached... City of Corpus Christi,Texas 1201 Leopard Street,3rd Floor Corpus Christi TX 78401 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: TEALCONSTR 1 1 Bowen,Miclette &Britt Insurance Agency,LLC Teal Construction Company 1335 Brittmoore Houston TX 77043 25 CERTIFICATE OF LIABILITY INSURANCE Blanket primary/non-contributory per form #CNA 74987 01 15 Automobile: Blanket additional insured per form #CNA 63359 04 12 Blanket waiver of subrogation per form #CNA 63359 04 12 Blanket primary/non-contributory per form #CNA 63359 04 12 Worker’s Compensation: TX -Blanket waiver of subrogation per form #WC 42 03 04B NON TX -Blanket waiver of subrogation per form #WC 00 03 13 04 84 Umbrella: Blanket additional insured per form #EU 00 01 07 16 Blanket waiver of subrogation per form #EU 00 01 07 16 Blanket primary/non-contributory per form #EU 00 01 07 16 RE:City Hall -Lipan ADA Ramp Replacement (FMAC)Project#E16411