Loading...
HomeMy WebLinkAboutC2016-276 - 5/24/2016 - Approved 2016-276 5/24/16 M2016-053 J.S. Haren Company 00 52 23 AGREEMENT This Agreement,for the Project awarded on May 24,2016,is between the City of Corpus Christi(Owner) and J.S.Haren Company (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No.E10047 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Coym,Rehmet&Gutierrez Engineering, L.P. 5656 S.Staples,Suite 230 Corpus Christi,Texas 78411 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk,P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd..Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 100 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 130 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Agreement 00 52 23-1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01-13-2016 Project No.E10047 INDEXED Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $750 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $750 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 207,000.00 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 005223-2 Rev 01-13-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 005223-3 Rev 01-13-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 00 52 23 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev01-13-2016 Project No. E10047 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B.. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev01-13-2016 Project No. E10047 ATTEST Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: net L. Kellogg Assistant City Attorney CITY OF CORP CHRISTI J.H. Edmonds, P.E. Director of Engineering Services ...A'1Mit\ g,;•. NCIL ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer `` 111111 I I Illll1�, `��.��p,C•(EN Ci, • - . QCRPOf',y • p� • $ — 11 L %-<`);- -<` -.• Lam\; J.S. Haren Company By: Title: 1175 Highway 11 North Address Athens, TN 37303 City State Zip 423-745-5000 -1Z3 - 7YS • 5 252 Phone Fax jsharen@jsharen.com EMail END OF SECTION Agreement Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 005223-6 Rev 01-13-2016 Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE CERTIFICATION ONLY OF FILING : 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. J S Haien Company Athens, TN United States Certificate Number: 2016-45513 Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 04/26/2016 Date Acknowledge (p -7-1(e 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods or other property to be provided under the contract. E10047 build, renovate, water & wastewater treatment plants 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 6 AFFIDAVIT fit ,� 1 : . - .. AFFIX NOTARY STAVP i SEAL ABOVE Sworn to and subscribes before me, by the said I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity /, this the 2 / _s day of APIA _ / 20 16? . to certify which, witness my hand and seal , of office. J .S. I-ktI r\ -Prey /0— im....-- S`ignature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the 11/4/Inv, Specifiions, nd Contract Documents, this Bid Proposal al is submitted by1 fl (type or print name of company) on: Wednesday, April 20, 2016 at 2:00 pm for the Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047. All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. .2.02 Bidder accepts ail of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form 00 3000 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01-13-2016 Project No. E10047 ': . diunw' o, f1ddgtdum. Dade . • S _.. , . ; kita! ;t . _= t L•15nllp c5c4.3tre,0 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. Bid Acknowledgement Form 00 30 CIO -2 Greenwood Wastewater Treatment Plant Emissions and Odor Control improvements Re„ 01_13.2016 Project No. E10047 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's BEd Acknowledgement Form 00 3000 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01.13-2016 Project No. E10047 responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and ail irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 100 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 130 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 OS DISCLOSURE OF INTEREST. F. SECTION 00 3006 NON -COLLUSION CERTIFICATION. Bid Adutowiedgement Form 00 3000 -4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01-13-2016 Project No. E10047 ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identiflcatlon number in the Bid Form. 10.02 The Bidder, or the Bidders authorized representative, shall sign and date the Bid Form to accompany all materials induded in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall indude in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidders governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy_ of the Bidders enabling documents as filed with the state of residency, or as otherwise existing. Bid Adatowtedgement Form 00 30 00 - Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01-13-2016 Project No. E10047 ARTICLE 11— BID SUBMITTAL 11,01 This Bid is submitted by: JS- cn eerfirar9 (typed or printed full legal name of Bidder) Bidder: By: (individual's signature) Name: J.S t COn (typed or printed) Title: %I:C,I4F(W - (type dor printed) 1 Attest: L(�-LINIk �[V \ OCUL1fri -) (individual's ignature) State of Residency: Federal Tax Id. No. Address for giving notices: Ill T _Q. U13-) LI 316 nnI l� Iti !Wan rl�nKfiN1 31113 Phone: 11 X. j LI) Tce, Email: j Y}Cll (n C� j Y1I n . can (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 003000-6 Rev 01-13-2016 CONSENT TO ACTION TAKEN IN LIEU OF 'SPECIAL MEETING OF J. S. HAREM COMPANY THE UNDERSIGNED PERSON, being the sole shareholder of J. S. HAREN COMPANY, does, as is evidenced by his signature below, hereby consent to and ratify the following action taken by the shareholder without the necessity of a call to or a formal meeting of the shareholder; and WHEREAS the shareholder performs the duties director pursuant to TCA §48-18- 101 (c), and the following action, taken by written consent, is in accordance with the provisions of the by-laws of the corporation and the General Corporation act of Tennessee. 1. Election of New Officers. The persons whose names appear below are appointed of'the corporation to serve for a period of one year or until their successors are appointed and shall qualify: President: J. Skyler Haren Secretary: Jennifer L. Adkins Asst. Secretary: Cassandra L. Haren 2. Execution of Documents. The duly elected President, signing singularly or any two of the other duly elected officers, signing jointly, were authorized, on behalf of the corporation, to execute any and all documents necessary and incident of the routing business of the corporation, including specifically the power to execute agreement, instruments, tax returns and other routine documents of the corporation. IN WITNESS WHEREOF, the above corporation actions were taken by the undersigned for on behalf of the corporation this the MTh day of r, 2009. 40e24". J. Skyler Haren, Shareholder 0030 01 BID FORM Project Name: Project Number: Owner: Bidder: OAR: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements E10047 Oty of Corpus Christi J. S • M gAr.Q,,r1 TBD Coyne, Rehmet & Gutierrez Engineering. L.P. (PAM -GENERAL AI CONDITIONS& snE PREPARATION (per SECTION 012901 MEASURBABIT UMW MIMED QUArimy i I WarfRICE latrainsoamoufti (PAM -GENERAL AI CONDITIONS& snE PREPARATION (per SECTION 012901 MEASURBABIT AND IS BASIS FOR PAYMENT) 1 O �©. 63 Mobilization A2 ,Explontery Excavations IS 1 500. C0 .1$Z, . 60 240.00 A3 Traffic Control Measures 1S 1 9..00 , dO A4 Demolition of Existing Pipes, Ducts & Blowers is 110 �� 5. 0 .-00 AS Clear & emote Area for Proposed Concrete Foundation CY 40 .�3„ cvaie A6 _Allowance for Unanticipated Adjustments LS _ 1 -. $ 15,000.00• .$.' •.15 SUBTOTAL PART A - GENERAL CONDITIONS SMS Al THRU A6) 53.1.1a3 t cap PASTE- UMW IMPROVEMENTS (per SECTION 012901 MEASUREMENT AND BASIS FOR PAYMENT) J 81 18° GF Harvel PVC Duct Piping w/Attlngs- IF 6 �©. 63 .2 "1C`�i � OQ .11 to tao tit tAt • I atz . 82 8" GR18 C900 PVC Drain Piping N+/Fittings [F 100 —Moto .00' AZ .gyp 93 4° SCH80 PVC Drain Piping w/F€ttings 2" SCH80 PVC Water Feed Piping w/Fittings LF LF 60 60 84 BS ,1° SONO PVC Piping winnings LF 50 I 0 ► tel , 5 db. bO 66 _ 4" UPPlpe Connection • EA 1 .3 Gt. 80 .- 3est) • t!z; B7 2" U-Ptpe Connectiml EA 3 ?- . ' :• lbcti.stc0 88 1' U-Plpe Connect en EA 2 15 i ..M. .• . �7�j�a� . er 69 18" PVC Duct Tie-in To Edlstfng Duct to 1 oZ1 :0-•• .2 tac. . to 010 8° PVC Drain Tie -1n To Exiling Pipe EA 3 _ 1 1 . • r .•3 , 1SP 4:30 ., 611 4° PVC Drain Tle-In Existing Manhole EA 1 1 . cSizA 912 2' PVC Water line Tie -In Existing_8° PVC Pipe EA 1 • i, ,:i--,Itiep.�'a1�1 i. L;. , ..1f0 P EA 1 4bIZIMAI Sri UM,. 047 814 Ma rd Basket Strainer _ EA 1 . . A ;130b7.1aCT e 915 8" Cleanout Assembly _ EA _ 3 j 3 i% SUBTOTAL PART , B- UTILITY IMPROVEMENT'S (ITEMS B17HRU 615)_30•.9ttal PART C -STRUCTURAL FOUNDATION (par SECTION 01 29 01 MEASUREMENTAND BASIS FOR PAYMENT) C1 Compact Existing Subgrade _ SY 66 tO .' . CD(DO /00 C2 Compacted Select Fill Backlitl CY r 40 1 SO • ow (, to C3 6' Reinforced Concrete Foundation SY 50 IWO. SUB OTAL PAIR C - STRUCTURAL FOUNDATION (ITEMS Cl TNRU C3) it, la _ 1060 - of Btd Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 Addendum Ne.1 Attachment No. 2 Page 1 of 2 Rev00.•132016 • 0030 01 WO FORM PART D - BIOTRICKUNG RLTER INSTALLATION ' : SECTION 01 29 01 MEASUREMENT AND BASIS FOR PA , D1 Untoadirwof Blotrtdding Filter w/Blowers LS 1 LC) IME) , D2 installation, Anchoring & Start -Up of Elotridding Fiber w%Blowers r LS 1 0/23b r1y0 '-� O! a�.tz. tC SUBTOTAL PART D - 88OTRICKUNG RLTER INSTALLATION (REIMS D1 THRu D2) - $O, 21-x4 .0.90 BID SUMMARY IITOTTALPARTA •• GENERALCOMOMTMONS (ITEMS Ai THRU A6) • 100 El Eletlpl Demolition LS 1 1, _°:,%1Zp.00_ E2 Motor Control Center Breala r & Budcet EA 1 40 to , t �. t� :iii'` t 0 0 j . ��. • �O E3 1° PVC Conduit LF E4 1° Alum Conduit LP20 ID . cg► leo • eft) ES 1" Rear Conduit LP 10 511,,E 500. V50 E6 d12THWiN Copper 600V ' LF 200 2 asp LI@p.. CS`l ' E7 NEMA 4x junction Box EA 1 , 1. ctS to . 1 •� E8 _Miscellaneous Electrical, Supports, Grounding IS 1 5 ism .� ��� � �� SUBTOTAL PARTE . ELECTRICAL (ITEMS El THRu E8) BID SUMMARY IITOTTALPARTA •• GENERALCOMOMTMONS (ITEMS Ai THRU A6) • 100 53, tip BTOTAL PART B - UTILITY IMPROVEMENTS (ITEMS Bl THRUM) 130 ?ap °,� , t 0--~ AL PART C - STRUCTURAL SLAB/FOUNDATION (ITEMS CITHRU C3) r Z to �. 0 � _ BTOTAL PART D - 81OTRZCKUNG FILTER 1NSTAUATtON (ITEMS Dl 'MU D2) , - O., 2.M.0] t s .. . . [SUBTOTALPARTE - ELECTRICAL (ITEMS El THRU E8) 1 S . S O -e r 1TOTALPROIECrBASE BID (PARTS A TIRO E) 1 2.01 , Canbaetlimes Bidderagrees to reach Substantial Completion in • 100 days BEdderagreesto reach Final Completion In 130 days - Bid Form Greenwood Wastewater Treatment Plant Emissions and Odor Control improvements Project No. E10047 Addendum No.1 Attadtment No. 2 Page 2 of 2 Rev 014134016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not Tess than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ld Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of rc! r\(l� nc L. ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: us Fawn C mpaN (typed or printed) .J.SBaron (signature — ottach evidence of authority to sign) (typed or printed) ceidORt- W15 1 i h U\J ti NO" k h Al I\C R, TN 31 13 431,-)) , Email: 'c'1'OFn C END OF SECTION Compliance to State Law on Nonresident Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 003002-1 11-25-2013 008008 City of Corpus Christi Disclosure of Interest Wanitaip'"%rerrs.-- CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST of .. Chain! Ordinance 17112, as requires ail persons or firms seeking to do business the 0. to provide the following !donation. Evay question roust bo answered. lithe on is net : answer with "NA". See reverse side for Piling Requirements, ,. I. and COMPANY NAME: P.O.ISOXs J•1(flL Cerny ttitk STDEIETADDRESS: 11 _HtLD U Mil cITY: Ait1J 1N nP: HUM JS: 1. Cerposatimr g s p 8 3. Sok Owner 0 DISCLOSURE QUESTIONS • ifadditioaal space Isn aces zy, please we the averse side ofthis or attach separate sheet. 1. Slime the names ofeach "employee of the OV of Corpus having en "ownership interest" consfituting 396 or more of tate ownership in the &eve named "Rall. Name Job Title and Chy Dem (Motown) 2. State the names of each "offidal" of the Chy of Corpus Christi having an 'ownership interest' constituting 3% or more of the ownership in the above named "firm" Name Title 3. State the names of each "board member" anise Chy of Corpus Christi having an "ovvp interest' constituting 3% or more of the ownership in the above named "Rem" Name Board, Commission br Committee Piga' 4. State the names of each amp! or officer of a "consultant" for the City of Corpus Christi who worked on wry matter rr;lated to the sublect of this contract and has an 'ownership interest' constituting 334 or more of the ownership in the above named "firm. Name Consultant atv of corpus MIN ogre of Interest 003003-1 R21,01434016 Addendum No.1 Attachment No. S FILING REQUIREMENTS !fa person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: JS ROLM\ (Type cr Pria,) Signature of Certifying Person: Title: Pry DEFINITIONS Date: a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership interest." Legal or equitable interest, whether actually or constructively held, in a firm, ineluding when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant" Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of interest 003005-2 Rev O1 -I3-2016 Addendum No. attachment No. 5 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: Phone: Ccfn f.9 (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Pi Zvi r* 11(�I-19111 Q9 I1MOH h Al kv\s, N •aliS3 t a3r11- = Email: Jq END OF SECTION r\al,(n 6.39.10n. o,Qrn Non -Collusion Certification Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 003006-1 11-25-2013 00 61 16 PAYMENT BOND BOND NO. 6021120573 Contractor as Principal Name: J.S. Haren Company Mailing address (principal place of business): 1175 Highway 11 North Athens, TN 37303 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: E10047 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Award Date of the Contract: May 24, 2016 Contract Price: $207,000 Bond Date of Bond: June 1, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: United States Fire Insurance Company Mailing address (principal place of business): 305 Madison Avenue Morristown, NJ 07962 Physical address (principal place of business): same Surety is a corporation organized and existing under the laws of the state of: Delaware 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): 973-490-6600 Telephone (for notice of claim): 973-490-6600 Local Agent for Surety Name: Vicki Burke Address: 4910 Valley Stream Drive Corpus Christi, TX 78413 Telephone: 361-549-3486 Email Address: mamabees@att.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E10047 Greenwood WWTP Odor Control 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: ,0// Surety Signature: Name: JAS"Hare- Name: Kelly L. Ber18--Y1m Title: —Pre S ,'CLQ I d Title: Attorney-in-fact Email Address: JJ Hare.nel�:jS I -6C reA.C,tb-ti Email Address: kelly@bondssoutheast.com (Attach Power of Attorney and place surety seal below) �K• - -T. • c .:;-, 14. 1 END OF SECTION Payment Bond Form E10047 Greenwood WWTP Odor Control 006116-2 7-8-2014 t" 1 00 61 13 PERFORMANCE BOND BOND NO. 6021120573 Contractor as Principal Name: J.S. Haren Company Mailing address (principal place of business): 1175 Highway 11 North Athens, TN 37303 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: E10047 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Award Date of the Contract: May 24, 2016 Contract Price: $207,000 Bond Date of Bond: June 1, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: United States Fire Insurance Company Mailing address (principal place of business): 305 Madison Avenue Morristown, NJ 07962 Physical address (principal place of business): same Surety is a corporation organized and existing under the laws of the state of: Delaware 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): 973-490-6600 Telephone (for notice of claim): 973-490-6600 Local Agent for Surety Name: Vicki Burke Address: 4910 Valley Stream Drive Corpus Christi, TX 78413 Telephone: 361-549-3486 Email Address: mamabees@att.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E10047 Greenwood WWTP Odor Control 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: ��!�-- Surety / / Signature: 1' - ,�A. Name: J .S.j-k arem Name: Kelly L.Ber Ili Title: 1�`. eS i Cie & f' Title: Attorney-in-fact Email Address: 3SAct(e.na` 3S 11Q 221). ea ►,-N Email Address: kelly@bondssoutheast.com `�,1 "tifiiiiiii���«�:' ? --7,),`O G (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E10047 Greenwood WWTP Odor Control 006113-2 7-8-2014 �.' i POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-1IORRISTOWN, NEW .JERSEY KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware. has made. constituted and appointed, and does hereby make. constitute and appoint: 21327 Gregory E. Nash, Phillip H, Condra, Kelly Berry each, its true and lawful Attorneys)-ln-Fact, with full power and authority hereby conferred in its name. place and stead. to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office. in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars (S7,500.000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 1, 2017. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article 111 thereof. which Articles provide, in pertinent part: Article IV. Execution of instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations. instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances. powers of attorney or revocations of any powers of attorney. stipulations, policies of insurance, deeds, leases, mortgages, releases. satisfactions and agency agreements; (b) to appoint, in writing. one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article Ill, Officers. Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings. recognizances, stipulations. powers of attomey or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors. dividend warrants or checks, or other numerous instruments similar to one another in form. may be signed by the facsimile signature or signatures, lithographed or otherwise produced. of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. iN WITNESS WHEREOF. United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this Sth day of August. 2015. State of New Jersey} County of Morris } UNITED STATES FIRE INSURANCE COMPANY Anthony R. Slimowicz, Senior Vice President On this 5th day of August. 2015 before me. a Notary public of the State of New Jersey. came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein. and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SON I % SCALA NOTARY PUBLIC OF NEW JERSEY ill' COMMISSION EXPIRES 3+2512019 Sonia Scala (Notary Public) 1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full. true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire insurance Company on the 15-x- day of A e. . 20 } (0. UNITED STATES FIRE INSURANCE COMPANY Al Wright. Senior Vice President ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE 5/19/2016 Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brock Insurance Agency 823 Chickamauga Avenue P.O. Box 460 Rossville GA 30741 CONTATracy CT Phillips NAME: ffAHrc°No.Exn: (706) 866-3394 (A/C No): (706)861-4619 ML ADDRESS:tracyp@brockins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:The Charter Oak Fire Insurance LIABILITY V/ COMMERCIAL GENERAL LIABILITY INSURED J. S. Haren Company 1175 Highway 11 North Athens TN 37303 INSURER B :Travelers Property Casualty DT -CO -0F96197-14 INsuRERc:Travelers Casualty & Surety 10/1/2016 / INSURER D : S 1,000,000 INSURER E $ 300,000 INSURER F: COVERAGES CERTIFICATE NUMBER:15/16 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE / ADDL INSR SUER WVD POLICY NUMBER POLICY EFF (MMIDD(YYYY) POLICY EXP (MM/DONYYY) LIMITS A GENERAL — X LIABILITY V/ COMMERCIAL GENERAL LIABILITY X DT -CO -0F96197-14 10/1/2015 10/1/2016 / EACH OCCURRENCE S 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) S 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES -1 POLICY n ,P'I PER: LOC / PRODUCTS - COMP/OP AGG $ 2,000,000 S B AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ X / V SCHEDULED AUTOS NON -OWNED AUTOS X DT -810 -0F799728 -14 -TIL 10/1/2015 10/1/2016 / COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 $ BODILY INJURY (Per person) 800ILYINJURY(Peracadent) $ PROPERTY DAMAGE (Per accident) $ Medical payments $ 2,000 B X UMBRELLA LIAB EXCESS LIAB X OCCUR,.,EACH CLAIMS -MADE DT -CUP -0F796197 -14 -TIL 10/1/2015 10/1/2016 OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED X RETENTION$ 19,000 $ C WORKERS COMPENSATION AND AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) dyes. descnbe under DESCRIPTION OF OPERATIONS below Y I N NIA DTAUB-5910B24-5-14 10/1/2015 / 10/1/2016 X TORY LIMITS OTH- ER ER E.L. EACH ACCIDENT $ 500, 000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT S 500,000 B Installation Floater Leased & Rented Equipment 660-9D91677 10/1/2015 10/1/2016 / Limit: S1.500,000 $1,000 Limit: 5100,000 Deductible DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Project: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project # E10047, Corpus Christi, TX Certificate holder is listed as additional insured with respect to the General and Auto Liability policies. Waiver of Subrogation applies under the Workers Compensation policy. 30 days notice of cancellation applies under the General Liability policy. CERTIFICATE HOLDER CANCELLATION City of Corpus P.O. Box 9277 Corpus Christi, Christi TX 78469 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE C Vaughan, III/NICOLE 1,--- __:.2.2,---- ACORD 25 (2010/05) INS075 r2n1nnm ©1988-2010 ACORD CORPORATION. All rights reserved. Tho Alf1Rrl name anri Inns am rnnic}nrnri markt of Anion COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring in- surance" to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an en- dorsement under this Coverage Part which includes such .person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as.described in Paragraph (1), (2) or (3) below, whichever applies: (1) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: (a) The Additional Insured ' — Owners, Lessees or Contractors — (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01, or the Additional In- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 37 10 01; the person or organization is an additional insured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: CG D6 04 08 13 (a) The Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or -Organization endorsement CG 20 10, or the Additional Insured — O.wners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; or (3) ,If neither Paragraph (1) nor (2) above ap- plies: (a) The person or organization is an ad- ditional insured only if, and to the ex- tent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the perform- ance of "your work" to which the "writ- ten contract requiring insurance" ap- plies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organi- zation. © 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 I ellIMMMM eumr rhommmi wom awl sonswo o SiNwimmoi c01991 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to indude the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section 111-- Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, rawings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove. drawings and specifications; and (2) Supervisory, inspection. architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions perations hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis. this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the Insurance provided to the additional insured by this endorsement still is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the `occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or"suit" and.the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Sec- tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or - Page 2 of 3 ® 2013 The Travelers Indemnity Company. All rights reserved. CG D6 04 0813 ganization as an additional insured on this Cover- age overage Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense .committed, during the policy period and: COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. CG 06 04 08 13 0 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 0 0= 001994 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This a dorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL. DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description. only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. increased Supplementary Payments D. incidental Medical Malpractice • E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION I — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A. BODILY CG D3 16 11 11 H. Blanket Additional Insured — Lessors Of Leased Equipment I. Blanket Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability — Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate Limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION III — LIMITS OF IN- SURANCE. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION 111— LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a: The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: • "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner, or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION 1 — COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. • of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (1) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (II) First aid or "Good Samaritan services" by any of your "employee's" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. Page 2 Of 6 ® 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 o_ ko 0 O= 001085 3. The following is added to Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I — COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related fumishing of food or beverages; or ' b.. The furnishing or dispensing of drugs or medical; dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which nocompen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section 11 -- Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II — WHO IS AN INSURED: CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II -- WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named .Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. 2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 i COMMERCIAL GENERAL LIABILITY • G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or • use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor Is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance wilt be primary to, and non-contributory with, such other insur- ance. H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION 11 — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury' or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor Is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you• agreed to provide in the written contract or agreement, or the limits shown on the. Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION 11 — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required Page 4 of 6 02011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 s 011.1 11.10 0= 0= 0= m• - 001098 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The Insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" In- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II — Who Is An insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or Joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership artnership or joint venture; CG D31611 11 (3) COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' orkers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: 02011 The Travelers indemnity Company. Ail rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- • ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY— RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 ® 2011 The Travelers Indemnity Company. All rights reserved. CGD3161111 0 001893 POLICY NUMBER: DT -C0 -0F7961 97-COF -14 COMMERCIAL GENERAL LIABILITY ISSUE DATE:10-07-14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN A WRITTEN CONTRACT WHICH IS IN EFFECT DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT; PROVIDED THAT, THE CONTRACT IS SIGNED AND EXECUTED PRIOR TO ANY LOSS FOR WHICH COVERAGE IS SOUGHT. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION 1), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION I), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products - completed operations hazard", and for medi- cal expenses under COVERAGE C, regard- less of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". CG D2 11 01 04 Designated Project General Aggregate(s): GENERAL AGGREGATE LIMIT SHOWN ON THE DECLARATIONS 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally obligated. to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Umit or the Products -Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Umit. C. Part 2. of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B: and b. Damages from "occurrences" under COVERAGE A (SECTION 1) and for all medical expenses caused by accidents under COVERAGE C (SECTION I) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that Includes premises involving the same or connecting Tots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM With spect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED • B. BLANKET ADDITIONAL INSURED / C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COVERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — LIABILITY COV- ERAGE: Any organization you newly acquire or form dur- Ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION 11- LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and CA T3 53 03 10 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL EFFECTS K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION / N. UNINTENTIONAL ERRORS OR OMISSIONS • executed by you before the "bodily injury" or "property damage" occurs and that is• In effect during the policy period, to be named as an addi- tional insured is an "insured" for Liability Cover- age, but only for damages to which this insurance applies and only to the extent that person or or- ganization qualifies as an "insured" under the Who Is An Insured provision contained in Section 11. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — LI- ABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2010 The Travelers Indemnity Company. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 4 COMMERCIAL AUTO 2. The following replaces Paragraph b. in B.5.. Other Insurance, of SECTION 1V — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you tease; hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, white perform- ing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph Al.,.Who Is An Insured, of SECTION 11 — LIABILITY COV- ERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION 11— LIABILITY COVERAGE: (2) Up to $3,000 for cost of bal'I bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION 11— LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual toss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, .of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere In the world, except any, country or jurisdiction while any trade sanction; em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Liability Coverage for any covered '"auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or Less and that is not an "auto" you lease, hire, rent or borrow from .any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their house- holds. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the °in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. stions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". • (Iv) We will reimburse the "insured" for sums that the "insured" Iegally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limit Of insurance, of SEC- TION II — LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limit Of Insurance, of SECTION II — LIABILITY COVER- AGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the ap- plicable limit of insurance in pay- ments for damages, settlements or defense expenses. This insurance is excess over any valid and collectible other insurance available (b) Page 2 of 4 ® 2010 The Travelers indemnity Company. CA T3 53 0310 Includes copyrighted material of Insurance Services Office, Inc. with Its permission. to the "insured" whether primary, excess contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance- requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It Is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions,' Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D.., Deducti- ble, of SECTION Ill — PHYSICAL DAMAGE COVERAGE No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION lit — PHYSICAL. DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "acddent". 1. PHYSICAL DAMAGE -- TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, • of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. COMMERCIAL AUTO J. PERSONAL EFFECTS The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Effects We will pay up to $400 for "loss" to wearing.ap- parel and other personal effects which are: (1) Owned by an Insured"; and (2) In or on your covered "auto". This coverage applies only ih the event of a total •theft of your covered "auto". No deductibles apply to this Personal Effects coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- • hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., • of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to.give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident' or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "acddent" or "loss". CA T3 53 0310 0 2010 The Travelers Indemnity Company. Page 3 of 4 Includes copyrighted material of insurance Services Office, Inc. with its permission. r TRAVELERS) ONE TOWER SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00)-01 POLICY NUMBER: (DTNUB-5910624-5-15 ) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (Chis agreement applies only to the, extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or Indirectly to benefit any one not named In the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON DR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. DATE OF ISSUE: i 0-07-15 ST ASSIGN: TRAVELERS) ONE TOWER SQUARE HARTFORD, CT 06183 V WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 R3 (00) POLICY NUMBER: (DTNUB-5910B24-5-15) NOTICE OF CANCELLATION TO DESIGNATED PERSONS OR ORGANIZATIONS The following is added to PART SIX — CONDITIONS: Notice Of Cancellation To Designated Persons Or Organizations If we cancel this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organiza- tion before the cancellation is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation. SCHEDULE Name and Address of Designated Persons or Organizations: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. DATE OF ISSUE: 10-07-15 ST ASSIGN: © 2013 The Travelers Indemnity Company. All rights reserved. Number of Days Notice 30 Page 1 of 3 TRAVELERS) ONE TOWER SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 R3 (00) POLICY NUMBER: (DTNUB- 5 910B24 - 5 -15 ) Name and Address of Designated Persons or Organizations: Number of Days Notice DATE OF ISSUE: 10-07-15 ST ASSIGN: Page 2 of 3 © 2013 The Travelers Indemnity Company. All rights reserved. TRAVELERS) ONE TONER SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 R3 (00) POLICY NUMBER: (DTNUB-5910B24-5-15) Name and Address of Designated Persons or Organizations: Number of Days Notice All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium $ Insurance Company Countersigned by DATE OF ISSUE: 10-07-15 ST ASSIGN: Page 3 of 3 © 2013 The Travelers Indemnity Company. All rights reserved. f POLICY NUMBER: DT-C0-0F796197-COF-15 ISSUE DATE: 10-08-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -- NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: NONRENEWAL: Number of Days Notice of Cancellation: 30 Number of Days Notice of Nonrenewal: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL DF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: o= o 001814 PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. ILT4001209 B. If we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal in the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. 0 2009 The Travelers Indemnity Company Page 1 of 1 4 a • Ommmwm of Oftmmilmm Gm..:.� o=CO- 001448 POLICY NUMBER: DTSM-CUP-0F796197-TIL-15 ISSUE DATE: 10-07-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I DESIGNATED ENTITY - NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: NONRENEWAL: PERSON OR ORGANIZATION: SEE CG T8 00 ADDRESS: SCHEDULE Number of Days Notice of Cancellation: 30 ,/ Number of Days Notice of Nonrenewal: 30 PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. B. if we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal in the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mall such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. IL T4 00 12 09 © 2009 The Travelers Indemnity Company Page 1 of 1 .1'111 imm 41111,. WORKERS COMPENSATION TRAVELERS J AND ONE TOWER SQUARE HARTF'OEMPLOYERS LIABILITY POLICY D, CT 06183 ENDORSEMENT WC 99 06 R3 (00) POLICY NUMBER: (DTNUB-5910B24-5-15 ) NOTICE OF CANCELLATION TO DESIGNATED PERSONS OR ORGANIZATIONS The foliowing is added to PART SIX - CONDITIONS: Notice Of Cancellation To Designated Persons Or Organizations if we cancel this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organiza- tion before the cancellation is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation. SCHEDULE Number of Name and Address of Designated Persons or Organizations: Days Notice ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN 30 CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THIS POLICY WILL BE GIVEN, BUT ONLY I F : 1. YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. DATE OF ISSUE: 10-07-15 ST ASSIGN: 013846 ® 2013 The Travelers indemnity Company. Ail rights reserved. Page 1 of 3 11 MMU OR OR0= a ==M elaMMNIM ol= rMES o� am C01384 POLICY NUMBER: DT -810 -0F799728 -TIL -15 ISSUE DATE: 10-16-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: NONRENEWAL: Number of Days Notice of Cancellation: 30 Number of Days Notice of Nonrenewal: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mall notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. B. If we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal In the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. 1L T4 0012 09 ® 2009 The Travelers Indemnity Company Page 1 of 1 CONTRACT DOCUMENTS FOR CONSTRUCTION OF Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No.E10047 -rSfc OF reV f'o.y wk vtf\ /*• ?!!![JEFFREY*6T COYM ""$fcl IR]l«l [G J Coym,Rehmet &Gutierrez Engineering, LP. TBPEFirm Reg. No. F-388 TBPLS Firm Reg.No.101040-01 5656 S.Staples,Suite 230 Corpus Christi,Texas 78411 Phone:361-991-8550 Fax:361-993-7569 Email:crg(5)crgei.com '3/ZZ/lt. Record Drawing Number STL 214 00 0100 TABLE OF CONTENTS c 1' Disf n 0 ,tet- a' I r' :,-...... ,tee • '__- .. ,. _.., Section r .1^ 1 1 1 - - - - f■ te .:.. .. . 'r, . ... r 1 5;..• - .. Y Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev 01-13-2016) 00 30 06 Non -Collusion Certification 00 4516 Statement of Experience (Rev 10-06-2015) 00 52 23 Agreement (Rev 01-13-2016) 00 6113 Performance Bond (Rev 01-13-2016) 00 6116 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev01-13-2016) 00 72 02 Wage Rate Requirements (Rev06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work (Rev 01-13-2016) 01 23 10 Alternates and Allowances 0129 00 Application for Payment Procedures (Rev03-11-2015) 0129 01 Measurement and Basis for Payment( Rev o1-13-2016) 01 31 00 Project Management and Coordination (Rev01-13-2016) 01 31 13 Project Coordination 0131 14 Change Management 0133 00 Document Management 0133 01 Submittal Register (Rev 7/3/2014) 0133 02 Shop Drawings 0133 03 Record Data 0133 04 Construction Progress Schedule 0133 05 Video and Photographic Documentation Table of Contents Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 000100-1 Rev 01-13-2016 D i ion �: :Sec�ao n - Tit e - r Division 01 General Requirements 0135 00 Special Procedures 0140 00 Quality Management 0150 00 Temporary Facilities and Controls 0157 00 Temporary Controls 0170 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing & Stripping (Rev 10-30-2014) 021040 Site Grading (Rev 10-30-14) 021080 Removing Abandoned Structures (Rev 10-30-2014) 022100 Select Material (Rev 10-30-2014) 022420 Silt Fence (Rev 10-30-2014) 025612 Concrete Sidewalks & Driveways (Rev 03-25-2015) 025802 Temporary Traffic Controls During Construction (Rev 10-30-2014) 026204 PVC Pipe — Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines — ASTM D2241 (Rev 10-30-2014) 026206 Ductile Iron Pipe & Fittings (Rev 10-30-2014) 026210 PVC Pipe — AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains (Rev 03-25-2015) 026404 Water Service Lines (Rev 03-25-2015) 028020 Seeding (Rev 03-25-2015) 030020 Portland Cement Concrete (Rev 10-30-2014) 032020 Reinforcing Steel (Rev 10-30-2014) 038000 Concrete Structures (Rev 03-25-2015) Part T Technical Specifications 132520 Biological Odor Control System (Materials Furnished by City) 26 0126 Electrical Testing 26 05 00 Common Work Results for Electrical 26 0519 Low -Voltage Electrical Power Conductors and Cables 26 0519.01 Wire Connectors and Devices 26 05 26 Grounding and Bonding for Electrical Systems Table of Contents Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 000100-2 Rev 01-13-2016 •sign Part T Technical Specifications 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 53 Identification for Electrical Systems Appendix Title Subsurface Investigation, Laboratory Testing Program and Foundation Recommendations for the Proposed Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project G116105 — February 16, 2016. END OF SECTION Table of Contents Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 000100-3 Rev 01-13-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1— DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 — GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047. A. The scope of this project involves removing elements of an existing odor control system and installing components of a new BioAir Biotrickling Filter at the Greenwood Wastewater Treatment Plant. The following are major work items associated with this project: B. Demolition of Existing PVC drain pipes, duct work, air blowers and various items associated with an existing odor control system. C. Construction of a 50 square yard steel reinforced structural concrete slab. D. Installation of various yard piping including 2", 4" and 6" PVC pipes with fittings. E. Unloading and Installation of a new BioAir Biotrickling filter (Biotrickling filter unit provided by City). Contractor to unload the unit and install according to manufacturer's recommendations. Installation to include, concrete slab, PVC piping work, PVC duct work and electrical work. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $313,000. The Project is to be substantially complete and ready for operation within 100 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3 — DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm on Wednesday, April 20, 2016 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. Invitation to Bid and Instructions to Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 002113-1 Rev 01-13-2016 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 pm on Wednesday, April 20, 2016 at the following location: City Hall Building — City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4 — PRE-BID CONFERENCE 4.01 A non -mandatory pre-bid conference for the Project will be held on Wednesday, April 13, 2016 at 2:00 pm at the following location: City Hall Building — Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi, Texas 78401 ARTICLE 5 — COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. Invitation to Bid and Instructions to Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 002113-2 Rev 01-13-2016 ARTICLE 6 — EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7 — INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. Invitation to Bid and Instructions to Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 002113-3 Rev 01-13-2016 ARTICLE 8 — BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 7 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contractor 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 002113-4 Rev 01-13-2016 ARTICLE 9 — PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10 — CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11— MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. Invitation to Bid and Instructions to Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 002113-5 Rev 01-13-2016 ARTICLE 12 — BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13 — STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14 — EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15 — AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non -conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16 —MINORITY / MBE / DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this project has been established to be 15%. Invitation to Bid and Instructions to Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 002113-6 Rev 01-13-2016 ARTICLE 17 — BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18 — SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19 — SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20 — WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not Tess than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21— BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 002113-7 Rev 01-13-2016 ARTICLE 22 — CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23 — CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24 - REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre -Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City -accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 002113-8 Rev 01-13-2016 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post -Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (Le. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly Tess than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the costs are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. 0. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non -city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City -awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 002113-9 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: Wednesday, April 20, 2016 at 2:00 pm for the Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047. All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 003000-1 Rev 01-13-2016 urtt dendum Date Signature Acknowie Recei ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. Bid Acknowledgement Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 003000-2 Rev 01-13-2016 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's Bid Acknowledgement Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 003000-3 Rev 01-13-2016 responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 100 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 130 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. Bid Acknowledgement Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 003000-4 Rev 01-13-2016 ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 003000-5 Rev 01-13-2016 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 003000-6 Rev 01-13-2016 00 30 01 BID FORM Project Name: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project Number: E10047 Owner: City of Corpus Christi Bidder: A2 OAR: TBD Designer: Coym, Rehmet & Gutierrez Engineering, L.P. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid PART A - GENERAL CONDITIONS & SITE PREPARATION (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Exploratory Excavations LS 1 A3 Traffic Control Measures LS 1 A4 Demolition of Existing Pipes, Ducts & Blowers LS 1 A5 Clear & Excavate Area for Proposed Concrete Foundation CY 40 A6 Allowance for Unanticipated Adjustments LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART A - GENERAL CONDITIONS (ITEMS Al THRU A6) 2" U -Pipe Connection PART B - UTILITY IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 18" GF Harvel PVC Duct Piping w/Fittings LF 6 B2 8" DR18 C900 PVC Drain Piping w/Fittings LF 60 B3 4" SCH80 PVC Drain Piping w/Fittings LF 60 B4 2" SCH80 PVC Water Feed Piping w/Fittings LF 60 B5 1" SCH80 PVC Piping w/Fittings LF 50 B6 4" U -Pipe Connection EA 1 B7 2" U -Pipe Connection EA 3 B8 1" U -Pipe Connection EA 2 B9 18" PVC Duct Tie -In To Existing Duct EA 1 B10 8" PVC Drain Tie -In To Existing Pipe EA 3 B11 4" PVC Drain Tie -In Existing Manhole EA 1 B12 2" PVC Water Line Tie -In Existing 8" PVC Pipe EA 1 SUBTOTAL PART B - UTILITY IMPROVEMENTS (ITEMS B1 THRU B12) PART C - STRUCTURAL FOUNDATION (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Compact Existing Subgrade SY 66 C2 Compacted Select Fill Backfill CY 40 C3 6" Reinforced Concrete Foundation SY 50 SUBTOTAL PART C - STRUCTURAL FOUNDATION (ITEMS C1 THRU C3) PART D - BIOTRICKLING FILTER INSTALLATION (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Unloading of Biotrickling Filter w/Blowers LS 1 D2 Installation, Anchoring & Start -Up of Biotrickling Filter w/Blowers LS 1 SUBTOTAL PART D - BIOTRICKLING FILTER INSTALLATION (ITEMS D1 THRU D2) Bid Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 Page 1 of 2 Rev 01-13-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART E - ELECTRICAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Electrical Demolition LS 1 days SUBTOTAL PART C - STRUCTURAL SLAB/FOUNDATION (ITEMS C1 THRU C3) E2 Motor Control Center Breaker & Bucket EA 1 SUBTOTAL PART E - ELECTRICAL (ITEMS El THRU E8) E3 1" PVC Conduit LF 40 TOTAL PROJECT BASE BID (PARTS A THRU E) ' E4 1" Alum Conduit LF 20 E5 1" Flex Conduit LF 10 E6 #12 THWN Copper 600V LF 200 E7 NEMA 4x Junction Box EA 1 E8 Miscellaneous Electrical, Supports, Grounding LS 1 SUBTOTAL PART E - ELECTRICAL (ITEMS El THRU E8) BID SUMMARY SUBTOTAL PART A - GENERAL CONDITIONS (ITEMS Al THRU A6) 100 days SUBTOTAL PART B - UTILITY IMPROVEMENTS (ITEMS B1 THRU B12) 130 days SUBTOTAL PART C - STRUCTURAL SLAB/FOUNDATION (ITEMS C1 THRU C3) SUBTOTAL PART D - BIOTRICKLING FILTER INSTALLATION (ITEMS D1 THRU D2) SUBTOTAL PART E - ELECTRICAL (ITEMS El THRU E8) TOTAL PROJECT BASE BID (PARTS A THRU E) ' Contract Times Bidder agrees to reach Substantial Completion in 100 days Bidder agrees to reach Final Completion in 130 days Bid Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 Page 2 of 2 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 00 30 05 City of Corpus Christi Disclosure of Interest City of �a SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Coym, Rehmet & Gutierrez Engineering, L.P. P. O. BOX: STREET ADDRESS: 5656 S. Staples, Suite 230 CITY: Corpus Christi ZIP: 78411 - FIRM IS: 1. Corporation A 2. Partnership 0 3. Sole Owner 0 4. Association 5. Other Limited Partnership DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. I. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3° o or more of the ownership in the above named "firm." Name Consultant N/A City of Corpus Christi Disclosure of interest 003005-1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Jeff Coym, P.E. (Type or Print) Signature of Certifying Person: Title: Principal DEFINITIONS Date: a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Phone: Email: END OF SECTION Non -Collusion Certification 00 30 06 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1— REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2 — EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 00 4516 -1 Rev 10-6-2015 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non -responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3 — PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE, AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE -PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 4. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 00 4516 - 2 Rev 10-6-2015 C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 004516-3 Rev 10-6-2015 Table 1— Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual rporatuo State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name a rtnersF Date of Organization Form of Partnership: ❑ General ❑ Limited i ,i ua Name whets h p ofl Organ zation List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership irgan• u at on( ,Iistory List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date n• icators of aniza ion Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 004516-4 Rev 10-6-2015 Table 1— Organization Information Organization doing business as: Previous, History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Co stru ion- . e:.Sa E r� � �t fe. x errence p �. Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous: • ding and Construction Experience , _ . Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 004516-5 Rev 10-6-2015 Table 2 — Project Information Organization doing business as: Pro' osed=Pro ect.Or an zation Provide a brief description of the organizational structure proposed for this project indicatingthe names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager DivisrteBidder ion of _wok bewen_:...: , .... ..: . _:. :.._: and Proposed Subcontractor 5u _ Kers: ::_ .: Provide a list of Work to be self -performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcont ..,'actor,: Construction Si �to Safe Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 00 4516 - 6 Rev 10-6-2015 Table 3 — Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description eference Contact Information Project Owner Name/Title Telephone Email Project Designer roject Buc get and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project .Information Project Name Description e f erence Contac orma ion Project Owner Name/Title Telephone Email Project Designer roject Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description eferetce Contact Information Project Owner Name/Title Telephone Email Project Designer )jest Bu el ,ana performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 004516-7 Rev 10-6-2015 Table 3 — Projects Awarded during the Last 5 Years — Not including City of Corpus Christi Projects Organization doing business as: Piv-lett Information Project Name Description ,e 000..0.1''Contact Info:rmato Project Owner Name/Title Telephone Email Project Designer Project Bud get and :Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: �ro�ec� ormati Project Name teference :ontact Info• rmation Description Project Owner Name/Title Telephone Project Designer Email Project] l get and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description reference Contact Information Project Owner Name/Title Telephone Project Designer Email project Bud el ormance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 004516-8 Rev 10-6-2015 Table 3 — Projects Awarded during the Last 5 Years — Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description erence Contact Informatio Project Owner Name/Title Telephone Email Project Designer Project Budget an d 1Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project In orrnatio Project Name Description eference: ontact Information Project Owner Name/Title Telephone Email Project Designer ro�ec e•-• ani ormance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: -_Projec �orrma Project Name Description eference` ontact !ni ormation Project Owner Name/Title Telephone Email Project Designer et and Perfor ma:nc Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 004516-9 Rev 10-6-2015 Table 4 — Demonstrated Minority, MBE, DBE Participation Organization doing business as Probe. t Subcontractors and Suppliers: Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 00 45 16-10 Rev 10-6-2015 ARTICLE 4 — CERTIFICATION 4.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: By: Name: Title: (typed or printed) (individual's signature) (typed or printed) Designated Representative: Name: Title: Address: (typed or printed) Telephone No.: Email: END OF SECTION Statement of Experience Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 00 45 16 -11 Rev 10-6-2015 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and Owner and Contractor agree as follows: ARTICLE 1— WORK (Contractor). Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Coym, Rehmet & Gutierrez Engineering, L.P. 5656 S. Staples, Suite 230 Corpus Christi, Texas 78411 Office Address City, State, Zip Code 2.02 The Owner's Authorized Representative for this Project is: Name of Owner's Authorized Representative Office Address City, State, Zip Code ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 100 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 130 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties Agreement Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 005223-1 Rev 01-13-2016 involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $750 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $750 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 —PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 00 52 23 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev01-13-2016 Project No. E10047 C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; Agreement 00 52 23 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01-13-2016 Project No. E10047 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and S. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, Agreement Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 005223-4 Rev 01-13-2016 correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 497 1 i6t46 ridrerrwry 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 005223-5 Rev 01-13-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney J.H. Edmonds, P.E. Director of Engineering Services ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer By: Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 005223-6 Rev 01-13-2016 00 6113 PERFORMANCE BOND • BOND NO. Contractor as Principal Name: Mailing 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 Contract Project name and number: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047 Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): 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. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 006113-1 Rev 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Name: Title: Email Address: Surety Signature: Name: Title: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 006113-2 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Name: Mailing 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 Contract Project name and number: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements, Project No. E10047 Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): 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. Telephone (main number): Telephone (fornotice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 006116-1 Rev. 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 006116-2 Rev. 01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1— Definitions and Terminology 6 1.01 Defined Terms 6 1.02 Terminology 11 Article 2 — Preliminary Matters 12 2.01 Delivery of Bonds and Evidence of Insurance 12 2.02 Copies of Documents 13 2.03 Before Starting Construction 13 2.04 Preconstruction Conference; Designation of Authorized Representatives 13 Article 3 — Contract Documents: Intent, Requirements, Reuse 13 3.01 Intent 13 3.02 Reference Standards 15 3.03 Reporting and Resolving Discrepancies 15 3.04 Interpretation of the Contract Documents 16 3.05 Reuse of Documents 16 Article 4—Commencement and Progress of the Work 16 4.01 Commencement of Contract Times; Notice to Proceed 16 4.02 Starting the Work 16 4.03 Progress Schedule 17 4.04 Delays in Contractor's Progress 17 Article 5 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions 18 5.01 Availability of Lands 18 5.02 Use of Site and Other Areas 18 5.03 Subsurface and Physical Conditions 19 5.04 Differing Subsurface or Physical Conditions 19 5.05 Underground Facilities 21 5.06 Hazardous Environmental Conditions at Site 22 Article 6 — Bonds and Insurance 24 6.01 Performance, Payment, and Other Bonds 24 6.02 Licensed Sureties 24 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 -1 03-23-2015 6.03 Insurance 25 Article 7 — Contractor's Responsibilities 25 7.01 Supervision and Superintendence 25 7.02 Labor; Working Hours 25 7.03 Services, Materials, and Equipment 26 7.04 Concerning Subcontractors, Suppliers, and Others 26 7.05 Patent Fees and Royalties 27 7.06 Permits 28 7.07 Taxes 28 7.08 Laws and Regulations 28 7.09 Safety and Protection 29 7.10 Safety Representative 30 7.11 Hazard Communication Programs 30 7.12 Emergencies 30 7.13 Contractor's General Warranty and Guarantee 30 7.14 Indemnification 31 7.15 Delegation of Professional Design Services 32 Article 8 — Other Work at the Site 33 8.01 Other Work 33 8.02 Coordination 34 8.03 Legal Relationships 34 Article 9 — Owner's and OPT's Responsibilities 35 9.01 Communications to Contractor 35 9.02 Replacement of Owner's Project Team Members 35 9.03 Furnish Data 35 9.04 Pay When Due 35 9.05 Lands and Easements; Reports and Tests 35 9.06 Insurance 35 9.07 Modifications 35 9.08 Inspections, Tests, and Approvals 35 9.09 Limitations on OPT's Responsibilities 35 9.10 Undisclosed Hazardous Environmental Condition 36 9.11 Compliance with Safety Program 36 General Conditions Corpus Christi Standards - Regular Projects 007200-2 03-23-2015 Article 10 — OAR's and Designer's Status During Construction 36 10.01 Owner's Representative 36 10.02 Visits to Site 36 10.03 Resident Project Representatives 36 10.04 Rejecting Defective Work 36 10.05 Shop Drawings, Modifications and Payments 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work 37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities 37 Article 11— Amending the Contract Documents; Changes in the Work 37 11.01 Amending and Supplementing the Contract Documents 37 11.02 Owner -Authorized Changes in the Work 38 11.03 Unauthorized Changes in the Work 38 11.04 Change of Contract Price 39 11.05 Change of Contract Times 40 11.06 Change Proposals 40 11.07 Execution of Change Orders 40 11.08 Notice to Surety 41 Article 12 — Claims 42 12.01 Claims 42 12.02 Claims Process 42 Article 13 — Cost of the Work; Allowances; Unit Price Work 43 13.01 Cost of the Work 43 13.02 Allowances 46 13.03 Unit Price Work 46 13.04 Contingencies 47 Article 14 — Tests and Inspections; Correction, Removal, or Acceptance of Defective Work 47 14.01 Access to Work 47 14.02 Tests, Inspections, and Approvals 47 14.03 Defective Work 48 14.04 Acceptance of Defective Work 49 14.05 Uncovering Work 49 14.06 Owner May Stop the Work 49 14.07 Owner May Correct Defective Work 50 General Conditions Corpus Christi Standards - Regular Projects 007200-3 03-23-2015 Article 15 — Payments to Contractor; Set -Offs; Completion; Correction Period 50 15.01 Progress Payments 50 15.02 Contractor's Warranty of Title 52 15.03 Substantial Completion 52 15.04 Partial Utilization 53 15.05 Final Inspection 53 15.06 Final Payment 53 15.07 Waiver of Claims 54 15.08 Correction Period 54 Article 16 — Suspension of Work and Termination 55 16.01 Owner May Suspend Work 55 16.02 Owner May Terminate for Cause 55 16.03 Owner May Terminate For Convenience 56 Article 17 — Final Resolution of Disputes 57 17.01 Methods and Procedures 57 Article 18 — Miscellaneous 57 18.01 Computation of Times 57 18.02 Owner's Right to Audit Contractor's Records 57 18.03 Independent Contractor 58 18.04 Cumulative Remedies 58 18.05 Limitation of Damages 58 18.06 No Waiver 58 18.07 Severability 58 18.08 Survival of Obligations 59 18.09 No Third Party Beneficiaries 59 18.10 Assignment of Contract 59 18.11 No Waiver of Sovereign Immunity 59 18.12 Controlling Law 59. 18.13 Conditions Precedent to Right to Sue 59 18.14 Waiver of Trial by Jury 59 18.15 Attorney Fees 59 18.16 Compliance with Laws 59 18.17 Enforcement 60 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 4 03-23-2015 18.18 Subject to Appropriation 60 18.19 Contract Sum 60 18.20 Contractor's Guarantee as Additional Remedy 60 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 5 03-23-2015 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date — The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. S. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions Corpus Christi Standards - Regular Projects 007200-6 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 007200-7 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions Corpus Christi Standards - Regular Projects 007200-8 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home -rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions Corpus Christi Standards - Regular Projects 007200-9 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-10 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms "day" or "calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 -11 03-23-2015 E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-12 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-13 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-14 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions Corpus Christi Standards - Regular Projects 00 72 00-15 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-16 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-17 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-18 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-19 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 20 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-22 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: olday ate servec New Year's Day January 1 Memorial Day Last Monday in May Independence Day July4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.6 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00-26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified Toss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified Toss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified Toss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00-33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions 00 72 00 - 37 Corpus Christi Standards - Regular Projects 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.6.1 and 13.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final lnspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00-57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00-60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Yp a of Insurance ,Minimum _.s r Ln u a nce Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard Products/ Completed Operations Hazard 6. Contractual Liability$2,000,000 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence5. Aggregate Business Automobile Liability - Owned, Non - Owned Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability/ Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim 1 Required X Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price • Required X Not Required Installation Floater Equal to Contract Price X Required • Not Required Owner's Protective Liability Equal to Contractor's liability insurance • Required X Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007201-1 Rev 01-13-2016 C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self- insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007201-2 Rev 01-13-2016 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting Toss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any Toss at the Site; Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007201-3 Rev 01-13-2016 g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes Tong -term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007201-4 Rev 01-13-2016 final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007201-5 Rev 01-13-2016 boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007201-6 Rev 01-13-2016 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007201-7 Rev 01-13-2016 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007201-8 Rev 01-13-2016 ARTICLE 3 — TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007201-9 Rev 01-13-2016 F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 00 72 01-10 Rev 01-13-2016 on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 00 72 01-11 Rev 01-13-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not Tess than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid Tess than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. Wage Rate Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007202-1 Rev 06-12-2015 1.04 PREVAILING WAGE RATES Wage Determination Construction Pro'ect (WD) No Type Type TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) END OF SECTION Wage Rate Requirements Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007202-2 Rev 06-12-2015 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1 — PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007203-1 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at Ieast 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority / MBE / DBE Participation Policy Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007203-2 Rev 01-13-2016 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 TERM A. Delete the last sentence in Paragraph 1.01.A.26 and replace with the following: "Designers are Licensed Professional Engineers, Registered Architects, or Registered Landscape Architects qualified to practice their profession in the State of Texas. City of Corpus Christi, Texas Coym, Rehmet & Gutierrez Engineering, L.P. B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except worker's compensation insurance and the Contractor's professional liability insurance. C. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. 4,000 CFM Biotrickling Filter b. Concrete Foundation Slab 2. Only the following items not yet complete in accordance with the Contract Documents: a. Sodding, Seeding for Erosion Control 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 Supplementary Conditions Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007300-1 11-25-2013 construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 18 rain days have been set for this Pro ect. An extension of time due to rain days will be considered only after 18 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. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. Geotechnical Reports include the following: Subsurface Investigation, Laboratory Testing Program and Foundation Recommendations for the Proposed Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project City of Corpus Christi Project Number E10047 Greenwood Drive and Saratoga Boulevard Corpus Christi, Texas, RETL Job No. G116105. SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete Paragraph 5.06 entirely and insert the following: "5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." Supplementary Conditions Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007300-2 11-25-2013 ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04. "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." B. The Owner will supply the BioAir Biotrickling Filter unit (Equipment) to the physical construction site. When the Vendor delivers the Equipment to site, the Contractor is responsible for receiving, inspection and accepting the Equipment under the accompany of OAR and the Vendor Representative. After accepting the Equipment, the Contractor will take full responsibility for the installation of the Equipment. END OF SECTION Supplementary Conditions Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 007300-3 11-25-2013 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. The scope of this project involves removing elements of an existing odor control system and installing components of a new BioAir Biotrickling Filter at the Greenwood Wastewater Treatment Plant. The following are major work items associated with this project: 2. Demolition of Existing PVC drain pipes, duct work, air blowers and various items associated with an existing odor control system. 3. Construction of a 50 square yard steel reinforced structural concrete slab. 4. Installation of various yard piping including 2", 4" and 6" PVC pipes with fittings. 5. Unloading and Installation of a new BioAir Biotrickling filter (Biotrickling filter unit provided by City). Contractor to unload the unit and install according to manufacturer's recommendations. Installation to include, concrete slab, PVC piping work, PVC duct work and electrical work. 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. None 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. Summary of Work Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 01 11 00 -1 Rev 01-13-2016 1.03 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. The City's Purchasing Department will supply the Biotrickling Filter to the Contractor at the time of installation. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.04 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.05 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 011100-2 Rev 01-13-2016 0123 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS 76,7 Alternates: 47 This Section describes each alternate by nmrwbcr and describes thc basic changcs to be incorporated into thc Work when this alternate is made a part of thc Work in thc Agreement. Contract Price. by thc Contract Documents. 4. Bids for alternates may bc accepted or rejcctcd at the option of the Owner. Change Order to incorporate these alternates within 120 days at thc prices offcred in thc Bid, unless notcd othcrwisc. A Rcqucst for a Changc Proposal may bc issued aftcr 120 into thc Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 0123 10 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES (NO ALTERNATES) 1.04 DESCRIPTION OF ALLOWANCES A. Bid Item A4 —Allowance For Unanticipated Adjustments 1. The sum of $15,000 to be used for the purchase of Unanticipated Utility Adjustments related to the primary scope of the project. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 0123 10 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 0129 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures 0129 00 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 03-11-2015 Project No. E10047 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 0131 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures 0129 00 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 03-11-2015 Project No. E10047 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures 0129 00 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 03-11-2015 Project No. E10047 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. Application for Payment Procedures 0129 00 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 03-11-2015 Project No. E10047 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 0123 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 0123 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set -offs per the General Conditions. Include Attachment C—Tabulation of Set -Offs in the Application for Payment. Application for Payment Procedures 0129 00 - 5 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 03-11-2015 Project No. E10047 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. Application for Payment Procedures 0129 00 - 6 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 03-11-2015 Project No. E10047 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; Application for Payment Procedures 0129 00 - 7 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 03-11-2015 Project No. E10047 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 0129 00 - 8 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 03-11-2015 Project No. E10047 0129 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 2900 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 — Mobilization 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 0129 01-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A-2 — Exploratory Excavations: 1. Payment will be made on a lump sum basis. Prior to any construction whatsoever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevation of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. 2. This item shall be paid for as indicated in the Proposal. Contractor shall provide all his own survey work effort, no separate pay. C. Bid Item A-3 — Traffic Control Measures: 1. Payment will be made on a lump sum basis. 2. This items measurement and basis of payment shall be as indicated in Section 025802 "Temporary Traffic Controls During Construction" and Section 00 30 01 Bid Form. 3. This item shall be executed and paid for on an "as -needed" basis during delivery and unloading of the Biofilter. D. Bid Item A-4 — Demolition of Existing Pipes, Ducts & Blowers: 1. Payment will be made on a lump sum basis for all Demolition of Existing Pipes, Ducts and Blowers as shown on the construction plans and will include all costs of labor, materials, equipment, disposal of discarded materials and related incidentals. 2. This item will be measured by lump sum. E. Bid Item A-5 — Clear & Excavate Area for Proposed Concrete Foundation: 1. Payment will be made at the unit bid price per cubic yard for Clear & Excavate Area for Proposed Concrete Foundation and will include all costs of labor, materials, equipment, disposal of discarded materials and related incidentals. 2. This item will be measured by cubic yard. F. Bid Item A-6 — Allowance for Unanticipated Adjustments: 1. Payment for this item is only to be paid on an "as -needed" basis and at the discretion and direction of the City and the Engineer. 2. This item will be measured by lump sum and has a fixed amount of $15,000.00. Measurement and Basis for Payment Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 012901-2 Rev 01-13-2016 G. Bid Item B-1 — 18" GF Harvel PVC Duct Piping w/Fittings: 1. Payment will be made at the unit bid price per linear foot for 18" GF Harvel PVC Duct Piping w/Fittings and will include all costs of labor, materials, equipment, fittings and related incidentals necessary to complete installation according to the construction plans and specifications. 2 This item will be measured by linear foot. H. Bid Item B-2 — 8" DR18 C900 PVC Drain Piping w/Fittings: 1. Payment will be made by the unit price per linear foot for Proposed 8" DR18 C900 PVC Drain Piping w/Fittings and will include all costs of labor, materials, equipment, fittings, valves and related incidentals necessary to complete installation according to the construction plans and specifications. 2. This item will be measured by linear foot. I. Bid Item B-3 — 4" SCH80 PVC Drain Piping w/Fittings: 1. Payment will be made by the unit price per linear foot for 4" DR18 PVC Drain Piping w/Fittings and will include all costs of labor, materials, equipment, fittings, valves and related incidentals necessary to complete installation according to the construction plans and specifications. 2. This item will be measured by linear foot. J. Bid Item B-4 — 2" SCH80 PVC Water Feed Piping w/Fittings: 1. Payment will be made by the unit price per linear foot for 2" SCH80 PVC Water Feed Piping w/Fittings and will include all costs of labor, materials, equipment, fittings, valves and related incidentals necessary to complete installation according to the construction plans and specifications. 2. This item will be measured by linear foot. K. Bid Item B-5 — 1" SCH80 PVC Piping w/ Fittings: 1. Payment will be made by the unit price per linear foot for 1" SCH80 PVC Piping w/Fittings and will include all costs of labor, materials, equipment fittings, valves and related incidentals necessary to complete installation according to the construction plans and specifications. 2. This item will be measured by linear foot. L. Bid Item B-6 — 4" U -Pipe Connection: 1. Payment will be made by the unit price per each for 4" U -Pipe Connection and will include all costs of labor, materials, equipment, fittings and related incidentals necessary to complete installation according to the construction plans and specifications. 2. This item will be measured by each. Measurement and Basis for Payment 0129 01- 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01-13-2016 Project No. E10047 M. Bid Item B-7 — 2" U -Pipe Connection: 1. Payment will be made by the unit price per each for 2" U -Pipe Connection and will include all costs of labor, materials, equipment, fittings and related incidentals necessary to complete installation according to the construction plans and specifications. 2. This item will be measured by each. N. Bid Item B-8 — 1" U -Pipe Connection: 1. Payment will be made by the unit price per each for 1" U -Pipe Connection and will include all costs of labor, materials, equipment, fittings and related incidentals necessary to complete installation according to the construction plans and specifications. 2. This item will be measured by each. P. Bid Item B-9 — 18" PVC Duct Tie -In To Existing Duct: 1. Payment will be made by the unit price per each for 18" PVC Duct Tie -In To Existing Duct and will include all costs of labor, materials, equipment, fittings and related incidentals. 2. This item will be measured by each. Q. Bid Item B-14 — 8" PVC Drain Tie -In To Existing Pipe: 1. Payment will be made by the unit price per each for 8" PVC Drain Tie -In To Existing Pipe and will include all costs of labor, materials, equipment, fittings, valves, couplers and related incidentals. 2. This item will be measured by each. R. Bid Item B-11 — 4" PVC Drain Tie -In To Existing Manhole: 2. Payment will be made by the unit price per each for 4" PVC Drain Tie -In To Existing Manhole and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured by each. S. Bid Item B-12 — 2" PVC Water Line Tie -In Existing 8" PVC Pipe: 1. Payment will be made by the unit price per each for 2" PVC Water Line Tie -In Existing 8" PVC Pipe and will include all costs of labor, materials, equipment, fittings, valves, saddles and related incidentals. 2. This item will be measured by each. T. Bid Item C-1 — Compact Existing Subgrade: 1. Payment will be made by the unit price per square yard for Compact Existing Subgrade and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per square yard. U. Bid Item C-2 — Compacted Select Fill Backfill: 1. Payment will be made by the unit price per cubic yard for Compacted Select Fill Backfill and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per square yard. Measurement and Basis for Payment Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 0129 01- 4 Rev 01-13-2016 V. Bid Item C-3 — 6" Reinforced Concrete Foundation: 1. Payment will be made by the unit price per square yard for 6" Reinforced Concrete Foundation and will include all costs of labor, materials, equipment and related incidentals necessary to complete installation according to the construction plans and specifications. 2. This item will be measured per square yard. W. Bid Item D-1 — Unloading of Biotrickling Filter w/Blowers: 1. Payment will be made on a lump sum basis for Unloading of Biotrickling Filter w/Blowers. This item will include all costs of labor, materials, equipment and related incidentals necessary to safely unload the Biotrickling Filter w/Blowers under the supervision of the manufacturer. 2. This item will be measured per lump sum. X. Bid Item D-2 — Installation and Anchoring of Biotrickling Filter w/Blowers: 1. Payment will be made on a lump sum basis for Installation and Anchoring of Biotrickling Filter w/Blowers. This item will include all costs of labor, materials, equipment and related incidentals necessary to install, anchor and start-up the proposed Biotrickling Filter w/blowers under the direction and supervision of the manufacturer. 2. This item will be measured by lump sum. Y. Bid Item E-1 — Electrical Demolition: 1. Payment will be made on a lump sum basis for Electrical Demolition as shown on the construction plans and will include all costs of labor, materials, equipment, disposal of discarded materials and related incidentals. 2. This item will be measured by lump sum. Z. Bid Item E-2 — Motor Control Center Breaker & Bucket: 1. Payment will be made by the unit price per each for Motor Control Center Breaker & Bucket and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. AA. Bid Item E-3 — 1" PVC Conduit: 1. Payment will be made by the unit price per linear foot for 1" PVC Conduit and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured by linear foot. BB. Bid Item E-4 — 1" Alum Conduit: 1. Payment will be made by the unit price per linear foot for 1" Alum Conduit and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured by linear foot. Measurement and Basis for Payment Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 012901-5 Rev 01-13-2016 CC. Bid Item E-5 — 1" Flex Conduit: 1. Payment will be made by unit price per linear foot for 1" Flex Conduit and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured by linear foot. DD. Bid Item E-6 — #12 THWN Copper 600V: 1. Payment will be made by unit price per linear foot for #12 THWN Copper 600V and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured by linear foot. EE. Bid Item E-7 — NEMA 4x Junction Box: 1. Payment will be made by the unit price per each for NEMA 4x Junction Box and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each Junction Box. FF. Bid Item E-8 — Miscellaneous Electrical, Supports, Grounding: 1. Payment will be made on a lump sum basis for Miscellaneous Electrical, Supports, Grounding. 2. This item will be measured by lump sum. 1.04 THIS ITEM WILL BE MEASURED BY LUMP SUM [DESCRIBE THE UNITS OF MEASURE AND A DESCRIPTION OF HOW MEASUREMENTS FOR THIS LINE ITEM ARE TO BE MADE.] MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES (NOT APPLICABLE) A: g: iDesefibe4he-basis-for—payment4• fgesGFibe4he-bases-feF-payme* at4 item-aFe4e-be-meele4 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 0129 01- 6 Rev 01-13-2016 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 0157 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized Toads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 0133 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized Toads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 0133 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and Toss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 0157 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination 013100 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01-13-2016 Project No. E10047 C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 013100-5 Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. Project Management and Coordination Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 013100-6 Rev 01-13-2016 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. Project Management and Coordination 01 31 00 - 7 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01-13-2016 Project No. E10047 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: u blic encies Contacts one Num'I City Engineer 361-826-3500 Jeff Coym, P.E. (Coym, Rehmet & Gutierrez Engineering, L.P.) 361-991-8550 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Project Management and Coordination Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 013100-8 Rev 01-13-2016 PublicAgencies/Contacts Phone Number Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 9 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Rev 01-13-2016 Project No. E10047 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination 01 31 13 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 013113 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination 01 31 13 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination 0131 13 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination 01 31 13 - 5 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 6 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management 01 31 14 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 0133 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management 01 31 14 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management 01 31 14 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 01 31 14 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 0133 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management 0133 00 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management 0133 00 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document- Type ,Specification Section Application for Payment 0129 00 Change Proposal 01 31 14 Certified Test Report 0133 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 0131 13 Photographic Documentation 0133 05 Progress Schedules 0133 04 Record Data 0133 03 Request for Information 0131 13 Shop Drawing 0133 02 Schedule of Values 0129 00 Substitutions 0131 14 Suppliers and Subcontractors 0131 13 and 0133 03 Document Management 0133 00 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 0133 00 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 01 33 01 Submittal Register Specification Section 022100 Specification Description Select Material Paragraph No. Types of Submittals Required Product Information Record Data Sample or Mocku• Operations Data 026210 PVC Pipe AWWA Record Data 030020 Portland Cement Concrete Record Data 026000 Electrical Components Record Data 026206 Ductile Iron Pipe & Fittings Record Data 026210 PVC Pipe AWWA - C900 Record Data 032020 Reinforcing Steel Record Data Submittal Register Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 01 33 01-1 07-03-2014 0133 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: ecification Section Shop Drawing Description None B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings 0133 02 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. Shop Drawings 0133 02 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. Shop Drawings 0133 02 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. Shop Drawings 0133 02 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on Shop Drawings 0133 02 - 5 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. Shop Drawings 0133 02 - 6 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. Shop Drawings 0133 02 - 7 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 0133 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These Shop Drawings 0133 02 - 8 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. Shop Drawings 0133 02 - 9 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 01 33 02-10 11-25-2013 0133 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: 01-31-13 Contractor Record Drawings and Redline Mark -Ups 01-33-01 Refer to Section 01 33 01 Submittal Register for List of all Submittal Data to be Submitted 01-33-03 Record Data B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data 0133 03 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data 0133 03 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Record Data 0133 03 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data 0133 03 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 0133 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 0133 03 - 5 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 0133 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule 0133 04 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. AIIow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. AIIow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule 0133 04 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule 0133 04 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 0133 04 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation 0133 05 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 0133 05 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 0135 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. Refer to Construction Sequencing Plan and Construction Drawings. B. Work shall be completed within the specified time for these items: 1. Refer to Section 00 52 23 Agreement for Contract Times. C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; Special Procedures 0135 00 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 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. 1.03 CRITICAL OPERATIONS None 1.04 OWNER ASSISTANCE The Owner will be responsible for having the BioAir Biotrickling Filter delivered to the site at a time deemed necessary for installation. Unloading and installation of the BioAir Biotrickling Filter shall be done by the Contractor. A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow -off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 0135 00 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management 0140 00 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 0131 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management 0140 00 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 3. Relieve the Contractor of its responsibility for damage to or Toss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 0133 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management 01 40 00 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 0133 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 0133 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management 014000-4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management 0140 00 - 5 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management 0140 00 - 6 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J. Quality Management 0140 00 - 7 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management 0140 00 - 8 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 0150 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict Toads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 0150 00 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES (NOT 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 (NOT REQUIRED) 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 (NOT REQUIRED) A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT (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 0150 00 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 2.05 TEMPORARY UTILITIES (NOT REQUIRED) 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 0150 00 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 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 Facilities and Controls 0150 00 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 0157 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 0133 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 0133 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls 0157 00 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the N01, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 0133 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall Temporary Controls 0157 00 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 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 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls 0157 00 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 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. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to Temporary Controls 0157 00 - 4 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 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 Oso Creek. 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 Tilo Schmidt, 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 excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER (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 dewatering which is paid for under [Bid Items X, Y, Z]. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description Temporary Controls 0157 00 - 5 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. 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 Temporary Controls 0157 00 - 6 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements 0170 00 -1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 0131 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements 0170 00 - 2 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements 0170 00 - 3 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements 11-25-2013 Project No. E10047 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 021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re -use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev. 10-30-2014 members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame -cutting the members immediately adjacent to the connections. Flame -cutting will not be permitted, however, when the plans or special provisions call for the structure unit to be salvaged in such manner as to permit re -erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev. 10-30-2014 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. 021080 Page 3 of 3 Rev. 10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self -Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6 -gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope comer. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev. 10-30-2014 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev. 10-30-2014 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings, no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev. 3-25-2015 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5 -foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev. 3-25-2015 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." 4. 0.5" — Example Blue Sign 24• 30• MANDARN GARDEN 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev. 10-30-2014 construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. 025802 Page 3 of 3 Rev. 10-30-2014 SECTION 026204 POLYVINYL CHLORIDE PIPE (ASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (ASTM D 2241) required to complete the project. 2. MATERIALS PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds as defined in ASTM D 1784 with an established hydrostatic design base of 4000 psi for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to standard steel pipe O.D. (IPS), with dimensions and tolerances in accordance with ASTM D 2241. 4. JOINTS Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel in accordance with ASTM D 3139. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (for High Head). 6. PIPE PRESSURE RATING AND STANDARD DIMENSION RATIO The pressure rating and SDR for PVC pipe (ASTM D 2241) shall be as indicated on the drawings. Pressure rating shall be based on the ISO equation in Section 4.5 of ASTM D 2241 with a maximum allowable hydrostatic design stress of 2000 psi (Safety Factor of 2.0). 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with Section 9 of ASTM D 2241. Unmarked or scratched pipe shall be rejected. 026204 Page 1 of 2 Rev. 10-30-2014 8. CERTIFICATION The Contractor shall furnish, in duplicate to the Engineer, a copy of the manufacturer's affidavit of compliance with this specification. Certification shall accompany each delivery of materials, to include gaskets. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, PVC pipe (ASTM D 2241) will be measured by the linear foot along the centerline for each size installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, pipe, and equipment for hauling, bracing, trench excavation, testing, backfilling, and for all cleaning up and other incidentals necessary to install the pipe complete in place, per linear foot. 026204 Page 2 of 2 Rev. 10-30-2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop -applied cement -mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8 -mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor -ten nuts, Cor -ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX - RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev. 10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15-44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push - on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev. 10-30-2014 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size 4" to 12" Over 12" 7. CAUSE FOR REJECTION Designation AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place, per linear foot. 026210 Page 2 of 2 Rev. 3-25-2015 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-1/2" & 2" sizes 026404 Page 1 of 2 Rev. 3-25-2015 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-1/2" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include, but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor, equipment, tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev. 3-25-2015 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. COMMON NAME SCIENTIFIC NAME Green Sprangletop Sideoats Grama (premier) Bermudagrass (Hulled) Bermudagrass (Unhulled) K -R Bluestein Buffalograss Annual Ryegrass Mixture - A: Mixture - B: Mixture - C: Leptochloa Dubia Bouteloua Curtipendula Cynodon Dactylon Cynodon Dactylon Andropogon Ischaemum Buchloe Dactyloides Lolium Multiflorum LB/ACRE OF PURE LIVE SEED FOR MIXTURES A B C 1.4 1.4 - 0.6 - 0.6 7.0 7.4 - - - 30.0 1.2 1.2 1.5 - 4.2 - 5.0 5.0 20.0 Recommended for clay or tight soil planted between December 1 thru May 1. Recommended for sandy soil planted between December 1 thru May 1. Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev. 3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion -resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev. 3-25-2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing — Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 4001b/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt -water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2) Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt -water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev. 3-25-2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100) pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt -water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev. 3-25-2015 (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 SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before 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 2-1/2 In. 2 In. 1-1/2 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)* 1-1/tin. 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 m. 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 given 030020 Page 4 of 13 Rev. 10-30-2014 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 no 030020 Page 6 of 13 Rev. 10-30-2014 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) 4 inches 5 inches (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete 3 inches 5 inches 2.5 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 cement 030020 Page 8 of 13 Rev. 10-30-2014 specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) Strength Water -Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7 -Day (psi) Ratio (gal/sack) 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 be 030020 Page 10 of 13 Rev. 10-30-2014 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: (3) B. Equipment. (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. 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. (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 (b) 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. 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, mixingdelivery and 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 mixingtime for one cubic and . Y of concrete shall be one minute plus 15 seconds for each additional cubic or portion thereof. yard 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 g The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. e ate. 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 finishing, finishin, 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)lace will be measured in-place by the cubic yard, per each, square foot, square yard or linear foot, as the case maybe. 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 placing and lacin metal flashing strips; furnishing and placing expansion joint material required by this specification on 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: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. 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: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 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 preferablybe done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on thep lans, 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 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 10d Grade 75 8d 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: Plan Oicnen. $ 3/4'• 7/8" Bar or Smaller ---Plan. Dirnen. * 1/2" *3/4" I ' Bar or. Larger - .rP1on:. O rnen. * 1" 1 = over 6`--Oomen. + Zero or -f 2"1 1-1= 6" and less-.Oir en. • Zero or -1/4•r 7/8" Bar or Smaller--Ptan Oirnen. * 1/2'm 1 `" Bar or Larger—Plan Dimon. *1" IFTsnlDimen. -1 5. STORING Oro 1 or Circular Tie Tie or Stirrup Flom Diene t s 1/2•• 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 Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Weldingof reinforcing bars may be used only where shown on the plans or as permitted herein. All g . weldingoperations, processes, equipment, materials, workmanship and inspection shall conform to , p the requirements of the drawings and industry standards. All splices shall be of such dimension and q 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 belaced adjacent to the forms shall not exceed two and one-half inches square or the equivalent p J 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 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 3W). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 40 lb./ft' Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter beforelacin concrete. p g Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging,the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B -B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp comers and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev. 3-25-2015 All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design, mortar -tightness, filleted comers, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply pp Y to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up pp Y ro erl shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as � Y pp provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I -beams or girders. 7. PLACING CONCRETE -GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non -Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality q tY of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a coldjoint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. g Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the comers and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-25-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 -foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one -sixteenth inch (1/16") in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 - foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4 -DAY CURING Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 6 curing days Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts X x 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 SECTION 132520 BIOLOGICAL ODOR CONTROL SYSTEM PART 1- GENERAL 1.01 SCOPE OF WORK Furnish all labor, materials, equipment and incidentals required to install and test the b;kling-filter odor control system (System) complete with all appurtenances as specified herein. �- Manufacturer shall furnish fully skid mounted biotriclding filter equipment controls for a fully functioning system. 2, Manufacturer shall provide shop drawings and Operation and Maintenance manuals, 3 1 specified herein. 4: Placement, installation, bolting to the pad and connection of ductwork, water B. The System shall comprise of the following major components: 1. Single stage, skid mounted biotrickling filter vessel. The FRP vessel shall be comprised of at least one main module and one top piece and may contain additional modules as the design conditions require. Each media module shall house the structured synthetic media in series and contain a single water/nutrient injection spray system. 2. Structured, engineered, plastic, synthetic media to optimize mass transfer and w . . entirely of a plastic, synthetic, non reactive material. 3. A ULTM, factory -labeled electrical control panel housing a single Programmable begie-Gent-feller-EPLC) system and other necessary components required for the 1.02 CONTRACTOR RESPONSIBILITY A. Installation of all Manufacturer supplied equipment components, which includes among others, placement and bolting of all equipment to the concrete pad, connection of ductwork, water piping, drainage piping, and power and control wiring, all in accordance with the Manufacturer's installation instructions. B. Supply of all odorous air ductwork including flex connectors and damper valves upstream of the blower. 123520 Page 1 of 15 C. Site preparation and clearing. D. Construction of concrete equipment pad for placement of the biotrickling filter and supply of system anchor bolts. E. External water piping and drain piping to and from the biotrickling filter. F. Power supply to the electrical control panel, water supply to the water panel, and water drain line from the biotrickling filter drain sump. G. Installation of any additional items as noted on the contract drawings. H. Heat tracing and insulation of any air ductwork and/or water pipes as required by this Specification or elsewhere in the Contract Documents. I. Temporary piping for startup of the system. 1.03 PROCESS DESCRIPTION The odor control system shall remove hydrogen sulfide, organic reduced sulfur compounds (RSCs) and other odorous compounds from the foul air stream using a biotrickling filter operating in a counter -current fashion. Co -current systems shall not be allowed. The foul air shall enter the system at the bottom of the reactor and flow upward through each of the media layers. The media bed shall be intermittently irrigated from above using suitable reclaimed plant effluent or potable water in a once through fashion. The water then trickles through the media and is collected in a sump at the bottom of the reactor. The drain water from the system will pass from the sump in the bottom of the reactor vessel and be piped to a discharge point as detailed on the Contract drawings. Systems using recirculation of irrigation water through the reactor vessel shall not be allowed. The hydrogen sulfide is oxidized by the autotrophic bacteria resident on the lower media layer(s). As the foul air passes through the upper media layer (s), the resident heterotrophic bacteria will oxidize other organic odorous compounds. The airstream is then released to the atmosphere via the exhaust stack at the top of the reactor. 1.04 REFERENCES The following is a list of standards which may be referenced in this section: A. ASTM E679: "Standard Practice of Odor and Taste Thresholds By a Forced -Choice Ascending Concentration Series Method of Limits". B. ASTM D-2563: "Recommended Practice for Classifying Visual Defects in Glass Reinforced Plastic Laminate Parts". 123520 Page 2 of 15 C. ASTM D-2583: "Standard Test Method for Indentation Hardness of Rigid Plastics by Means of Barcol Impressor". D. ASTM C582: "Revision of C582-02 Standard Specification for Contact -Molded Reinforced Thermosetting Plastic (RTP) Laminates for Corrosion -Resistant Equipment". E. ASTM D-883: "Definition of Terms Relating to Plastics". F. ASTM D-3299: "Standard Specification for Filament -Wound Glass -Fiber -Reinforced Thermoset Resin Corrosion -Resistant Tanks". G. ASTM D-4097: "Standard Specification for Contact Molded Glass Fiber Reinforced Thermoset Resin Corrosion -Resistant Tanks". H. ASTM D-3982: "Standard Specification for Contact Molded Fiberglass Ducts". I. PS 15-69: National Bureau of Standards Voluntary Product Standard "Custom Contact Molded Reinforced Polyester Chemical Resistant Process Equipment". J. American National Standards Institute (ANSI). K. American Society of Mechanical Engineers (ASME). L. Institute of Electrical and Electronic Engineers (IEEE). M. National Electrical Manufacturers Association (NEMA). N. National Electrical Code (NEC). O. National Fire Protection Agency (NFPA). P. National Bureau of Standards (NBS). Q. Underwriters Laboratories (UL). R. American Society for Testing and Materials (ASTM). 1.05 SUBMITTALS 2 3: greater than 200 Lbs. iece of equipment including weights of all items 123520 Page 3 of 15 4: Modeling results, in graphical format, with velocity contour plots at 24" media height over the entire media cross section shall be provided to confirm that the 7 8 9 velocity over the entire media cross sectional area is equal to the average upflow velocity ± 10%. Section 2.05.D.3. 4-3, Information on hazards associated with the System • and appropriate safety B T e M a r fa ct" rer shall submit the following information, 3 4: as a minimum, for the ith specification of System components and materials of construction. The list to include- the make, model number and , horsepower demand and efficiency over the entire operating range, number -03, • MSDS: 67 ■ - . . . . . r.. . . . . ! . r.. • • • proper settings and operation of the Automatic Flow Control System. 4-07 1 I Y • 123520 Page 4 of 15 4-2, Individual Operation and Maintenance instructions for all major system 1.06 SHIPPING, DELIVERY, STORAGE & HANDLING A. All equipment and materials shall be properly protected such that no damage will occur from the time of shipment until the time of installation. B. All exposed openings shall be protected to prevent entrance of debris, moisture or water during transportation and storage. C. Contractor shall be responsible for offloading all shipped equipment and shall inspect all equipment upon arrival. Contractor shall notify the Manufacturer within 24 hours of any damage to equipment or surface finish due to shipping. D. Contractor shall store all equipment such that, for the duration of the storage period, there will be no deterioration in equipment appearance or performance. Manufacturer shall supply detailed storage instructions at the time of shipment. 1.07 WARRANTY The biotrickling filter Manufacturer shall warrant that the equipment supplied meets these specifications and the performances detailed in section 2.04 and that it is new and unused, free from defects in materials and/or workmanship. This warranty shall be for 18 months from In the event that it is determined that a defect exists, at the Manufacturer's discretion, the 1.4 . not the result of misuse of the component by the Owner or his agents. 1.4 material and workmanship for five (5) years from equipment delivery. In addition, the a. maw cannot be achieved) for a period of five (5) years. In the event that it is determined that a defect—���at the Manufacturer's discretion, the Manufacturer shall repair or replace the PART 2 —PRODUCTS 2.01 GENERAL The odor control equipment supplied under this section must be provided by a single Manufacturer who will be solely responsible for the design, delivery and performance of the system. The equipment must be new and unused and meet the detailed specifications and warranty requirements stated herein. 123520 Page 5 of 15 2.02 QUALITY ASSURANCE 1 herein. Systems shall be as manufactured by BiaAir Solutions, LLC. Or engineer pre approved A Experience Requirements: The-biolegical odor control system Manufacturer shall be experienced in the design, manufacture, installation and operation of biotrickling filters designed to remove The System Manufacturer shall have a minimum of five (5) years of experience . (20) systems in satisfactory operation for at least three (3) years in the United States. Any manufacturer whose main business is FRP manufacturing will not be accepted as a supplier for the odor control system specified herein. Substitutieni be stamped and certified by a registered Professional Engineer (PE). All costs associated with the review of substitutions or deviations, and costs to the Engineer or Owner associated with project drawing changes as a result of approval of the substitution, shall be borne by the Contractor. There shall be no additional costs to the Owner due to substitutions or deviations. days prior to the bid opening date and must include the following supporting • • Instrumentation Diagram (P&IDs) • Calculations showing cost of operation power consumption, water i calculations, etc. data for each reference, showing Ha (as measured in odor units per cubic meter). i Installation list detailing equipment capacity, length of time in service, 123520 Page 6 of 15 lweek duration for each system. • Local service center details. • • di e: -;:- • Cut sheets, bulletins, company brochures, etc. • • . . . . . .. . . . 2.03 OPERATING CONDITIONS T. _•. Duty Location Inlet air temperature Inlet relative humidity Contaminants 2.04 DESIGN REQUIREMENTS - Continuous air supply and odor source Outdoors 55 100°F 60 100% Hydrogen sulfide, organic RSC's, ammonia, criteria: Number of vessels Model Flowrate Maximum pressure drop across vessel Average hydrogen sulfide concentration Peak hydrogen sulfide concentration Irrigation water flow Irrigation water pressure (dynamic) is true: • 2.S): One (I) EcoFilterTM EF 101.5 4,000 cfm CC 2.5 " w. c. 200 ppmv 500 ppmv 50 gpm 65 psi + 142 - .. - - - . _ • • o . inlet air H2S concentrations > • Outlet H2 S concentration is < 0.5 ppmv for inlet air H2S concentrations < 50 ppmv 123520 Page 7 of 15 2.05 SYSTEM COMPONENTS Biotrickling Filter Vessel: 11 modules containing EcoB aseTM astir, stn+ctured media and one (1) top piece. Each layer shall consist of isophthalic resin with chop strand and continuous glass. The life of 10 years). The exterior color shall be CCP base white enamel (WOOS). media or any location within the vessel where there is a chance for dripping acidic • Medial. flew -channels. Random media types (chips, clay balls, foam cubes, etc.) shall not be The -media -shall have a minimum available specific surface area of 230 ft2443 and a veid opening of more than 96%. Pressure drop shall not exceed 0.25" w.g. per ft of media -depth, acid washing or replacement for a period of ten (10) years. 1.1 1: • r . . dl degrade when subjected to low pH (i.e. pH < 2) conditions. The manufacturer shall provide evidence that the airflow through the media at 24" 123520 Page 8 of 15 velocity over the entire media cross sectional area is equal to the average upflow Sufficient media shall be provided to ensure the performance requirements listed in section 2.04 are met. Media shall be pre installed in the FRP module prior to shipment to the job site. Each reactor shall be configured with at least one (1) irrigation point which shall distribute the irrigation water evenly over the entire upper surface of the media layer. Each spray nozzle shall be tested by the Manufacturer and a certificate of conformity G7 Control -System -17 _.. e ECP enclosure shall be NEMA 4X and me with a 316 SS panel stand. ThezGP shall house the necessary electronic components including an Allen Bradley Micrologix 1100 PLC with PanelView Component C400 (HMI) for the external notification of alarm status. Alarms, at a minimum, shall be provided for and blower fail. An Ethernet connection shall be provided to allow for remote counter. The PLC shall be expandable with up to seven (7) additional input/output modules, The ECP shall require a single electrical connection of 480V/3 Phase/60Hz. 123520 Page 9 of 15 27 Water Control Panel (WCP): The Water Control Panel shall be constructed of FRP and be mounted on the common 316 SS panel stand, back to back with the ECP. The WCP shall contain a panel heater, valves, motorized ball valves, strainers, from control signals from the ECP. flew -meter. Irrigation water flow shall be monitored and recorded to ensure proper The WCP shall allow for a single connection to either a potable water source or The WCP shall house, if applicable, the nutrient addition system. The WCP shall also contain a flexible spray hose with a hand trigger to allow for convenient rinsing of the strainer, filling of the nutrient barrel, and general convenience. ^ a ed4cated ball valve shall be provided in front of the spray hose to allow for the operation of the water panel while simultaneously allowing for 3- Automatic Flow Control System: Without exception, the ECP and WCP shall gramming, circuitry, and hardware to operate an tomatic Flow Control System performance test outlined in Section 3.05.E: a7 The system will periodically monitor the irrigation water flow rate during the irrigation sequence. b7 4 4, Target err; ga4•ier flew rnto 27 Ailewahle-flow-effer 37 4. i • 2 Actual irrigation valve open % Systems r ..ts. Systems using irrigation valves that are only capable of fully open or fully closed operation. Solenoid Valves do not meet this requirement and are not 123520 Page 10 of 15 valves. flew. 14, Oder-Centfel-B-lewec 4 2 The blower shall be constructed such that all surfaces in contact with the odorous 3, All nuts, bolts and fasteners in contact with the gas stream shall type 316 S S . 4: Blowers shall be AMCA Arrangement 9 or 10. AMCA Arrangement 4, which 210 and licensed to bear the AMCA Certified Ratings Seal for Air Performance. Blowers not licensed to bear the AMCA Seal for performance shall be tested, at Contractor's expense, in an AMCA Registered Laboratory. 67 Blower shall be constructed in accordance with ASTM D 4167 standard Wheel shall be backwardly inclined, non overloading design. Wheel shall be fabricated of vinyl ester resin. 9 Wheel hub shall be securely fastened to the shaft and completely encapsulated in •ter •- - - . carbon steel, encapsulated in FRP. 4-0 The blower motor shall be a standard efficiency, explosion proof, 480V/3/60 electric mot s m anufactured b -14, Blower shall be equipped with a Teflon shaft seal. T. Recirculation System: Systems requiring a permanent recirculation system shall not 2.06 SPARE PARTS At a minimum, the following spare parts shall be supplied with the equipment by the Manufacturer to the City. One (1) set of fuses, one (1) for each fuse rating. One (1) set of lamp lenses. One (1) strainer. Spare parts shall be stored, by the Contractor, on site and shall be handed over to the Owner at equipment handover. 123520 Page 11 of 15 PART 3 — EXECUTION 101 FACTORY ACCEPTANCE TEST A, Reactor Vessel: FRP reactor vessel shall be inspected prior to shipping for 4 Dimensions match those shown on submittal drawings and are within Manufacturer's specified tolerances. 2 Flanges and connections between reactor parts fit securely without improper bending or stressing of parts. 3 4 . .. , are minimal and in accordance with FRP specifications in Section 2.05A. •� B Electrical Control Panel: Electrical control panel shall be inspected prior to shipping 2 3 in the proper area of the PLC program. 4 All wiring between panel components and terminal strips shall be checked for Tr i 3 System shall have no leaks when subjected to a pressure test at 80 psi for a ID Spa" nozz pray nozzle shall be factory tested to ensure compliance with r 1.4 3.02 INSTALLATION & EQUIPMENT STARTUP all equipment be pre assembled prior to shipment, to • Installation of all equipment will be conducted by the Contractor and must be in accordance with Manufacturer's written installation and startup instructions and by workers experienced in the handling of fiberglass vessels, electrical work, plumbing and instrumentation. The final installation must be certified by the Manufacturer as complete and correct. 123520 Page 12 of 15 The Manufacturer shall provide the Contractor with required clearances, tolerances and limitations, such as smoothness/flatness of concrete pad and shall be available to answer questions prior to and during the installation of the equipment. Once the installation has been certified by the Manufacturer, the Contractor, with assistance from the Manufacturer, shall start the System to begin the biological acclimation period. This startup period shall take no longer than six (6) weeks but at any point during this startup period, at the discretion and direction of the Manufacturer, the contractor shall switch the system over to normal operation. Any minor re -piping or plumbing required will be clearly detailed in the Manufacturer's installation and startup manual and will be performed by the Contractor. Any special tools or materials required for this startup/acclimation period shall be provided by the Manufacturer. After satisfactory startup and the corresponding switch over to normal operation, the Contractor shall, in the presence of the Engineer, conduct the performance test as detailed in section 3.05 below. 3.03 FIELD PAINTING & CORROSION PROTECTION If painted surfaces are damaged during shipment, off-loading or installation, as long as the damage is surface only and in no way affects the integrity of the equipment or its ability to perform, these blemishes, scratches or other imperfections shall be touched up by the Contractor in accordance with instructions from the Manufacturer. Materials used shall be compatible with the original coating material in quality and color. 3.04 PERFORMANCE TESTING Performance testing shall not commence until the Manufacturer and Engineer a ee that the system has been satisfactorily started -up and sufficient time has been allowed for acclimation of the bacteria. After the odor control system has been satisfactorily started -up and switched to normal operation, the Contractor shall, in the presence of the Engineer, demonstrate that the system will perform as specified in section 2.04 of this specification. The Contractor shall provide the Engineer with a written testprotocol and theperformance . test may not be conducted until the test protocol has been reviewed and approved bytheEngineer. pp g The Manufacturer will be present during the performance test and, at its own discretion, may conduct a parallel performance test as long as they do not interfere with theerformance test being conducted by the Contractor. p The Contractor shall supply, install and operate all equipment, sensors and instrumentation required to complete the performance test. 123520 Page 13 of 15 A. H2S Testing procedure 1. Measure airflow into each unit and, if necessary, adjust to the design airflow of 4,000 cfm +/- 10%. Airflow balancing will be conducted by BioAir and witnessed by the Engineer and/or Contractor. Airflow shall be measured at the beginning of the test period. The set position on the damper(s) will be marked or noted. Airflow will not change as long as damper(s) remain in position. 2. Measure pressure drop across each biotrickling filter at beginning of test period. 3. Measure temperature and relative humidity of the inlet, outlet and ambient air. 4. Performance test period to begin at a time prescribed by Engineer and last for four (4) hours. H2S data from the common inlet location and from the outlet of each odor control system will be measured and logged once every 10 minutes to demonstrate performance during test period. a. The inlet H2S data will be logged with a pre -calibrated OdaLog gas data logger with appropriate range and accuracy for the inlet air stream (0-1000 ppmv or 0 - 200 ppmv range, 1 ppm display resolution or 0.0 - 50.0 ppmv range, 0.1 ppmv display resolution). b. The outlet H2S data will be logged with a pre -calibrated OdaLog gas data logger with appropriate range and accuracy for the outlet air stream. (0.00 - 2.00 ppmv range, 0.01 ppmv display resolution or 0.0 - 50.0 ppmv range, 0.1 ppmv display resolution). B. H2S Acceptance criteria: The System's H2S removal efficiency shall be determined by calculating the average inlet H2S concentration and the average outlet H2S concentration and using the following formula: H2S removal efficiency (%) = (1 — (average outlet H2S concentration/average inlet H2S concentration)) x 100. The system shall have passed the H2S performance test if the H2S removal efficiency is 99% or more for inlet air H2S concentrations > 50 ppmv but < 500 ppmv, or the average outlet air H2S concentration is < 0.5 ppmv, whichever is greater. In the event that the maximum inlet H2S concentration during the four (4) hour test period exceeds the maximum allowable inlet H2S concentration as listed in this Specification, the H2S acceptance criteria shall not apply and the system shall be considered to have passed the performance test. C. Automatic Flow Control System testing procedure: In the presence of the Engineer, the Manufacturer shall demonstrate the operation of the Automatic Flow Control System as given below. 1. Review the requirements list given in Section 2.05.D.3 and prove or demonstrate compliance with each point. 2. The following procedure shall be followed for each irrigation valve in the system. The cycle time shall be minimized to allow the procedure to be completed within 30 minutes. a. Open all manually controlled valves allow for maximum flow through the WCP. Set the target irrigation flow rate to 3x the normal irrigation flow rate (to allow the irrigation valve to fully open). Demonstrate that the valve will reach 100% open status within 20 s during irrigation. 123520 Page 14 of 15 b. In between irrigation cycles, while the irrigation valve is CLOSED, set the target irrigation flow rate to the proper design irrigation flow rate. Demonstrate that the irrigation valve will automatically close in order to reach the design flow rate within 30 s during its next irrigation cycle. c. Repeat steps a. and b. above for a minimum of 3 additional set points both above and below the normal target irrigation flow rate. d. Set the target irrigation flow rate to the normal target irrigation flow rate. Partially close at least one valve upstream of the modulating ball valve and demonstrate that the irrigation valve will automatically adjust to a more open position in order to reach the design flow rate within 30 s during its next irrigation cycle. e. Return all Automatic Flow Control settings to their normal positions and fully open all upstream and downstream valves. Demonstrate that the system will return to normal flow control operation. 3.05 MANUFACTURERS SERVICES In addition to being available by phone to assist the Contractor during the off-loading, installation, and startup of the equipment, the following Manufacturer's services shall be provided with the number of trips and days on site as a minimum. Offloading Supervision Startup assistance Performance testing assistance/training One (1) Trip, One (1) day on site One (1) Trip, Two (2) days on site One (1) Trip, One (1) day on site Notwithstanding the above, the Manufacturer shall continue to assist the contractor with questions, issues and remote assistance until the system is properly installed, running satisfactorily and handed over to the Owner. 3.06 EQUIPMENT NAME PLATES vograph Gravoply 2 ply plastic and firmly 123520 Page 15 of 15 26 0126 ELECTRICAL TESTING 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, material, equipment and incidentals of a NETA certified independent testing agency. Testing shall be inclusive of all medium voltage and low voltage equipment including conductors for the pump station. Testing shall include all relay protective schemes and operation of the low and medium voltage equipment. 1.02 QUALITY ASSURANCE Independent testing agency shall be NETA certified. 1.03 SUBMITTALS Submittals shall be in accordance with Section 0133 00, "Document Management" and shall include: A. EQUIPMENT INSTALLATION REPORT A written report shall be submitted by the testing agency performing installation checks, operation and testing of the medium voltage equipment. This report shall certify that 1) the equipment has been properly installed, 2) is in accurate alignment, 3) meets the acceptance testing specifications of NETA and the equipment manufacturer, and 4) NETA certification of the testing agency. B. ASSESSMENT REPORT A written report shall be submitted by the testing agency performing maintenance checks, operation and testing of the electrical equipment. The report shall be performed, sealed and signed by a Registered Professional Engineer licensed in the State of Texas. The report shall summarize the results of the analysis and include recommendations of equipment repair or replacement. The report shall also establish a timeframe to repair/replace equipment by giving a target date. 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: American National Standards Institute (ANSI) American Standards for Testing and Materials (ASTM) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Manufacturers Association (NEMA) International Electrical Testing Association (NETA) Electrical Testing 26 0126 -1 Greenwood WWTP Emissions & Odor Control Improvements — E10047 2.00 EXECUTION 2.01 GENERAL A. Perform all testing identified in the latest edition of NETA Standard for Accepting Testing Specifications B. All testing shall be witnessed by the Owner's Representative. Types of equipment required to be tested by these specifications shall include but not be limited to the following: 1. Low voltage cables 2. Grounding C. All testing shall be in accordance with the manufacturer's recommendations for energization and start-up of the equipment. D. Testing shall include a complete functionality testing of electrical equipment under all the different operating parameters identified by the OWNER and ENGINEER. E. Testing shall be in accordance with NETA Standard for Acceptance Testing Specifications, latest edition. F. The following is a listing of the major equipment test to be performed. 1. Low Voltage Cables a. Insulation - resistance test. END OF SECTION Electrical Testing 26 0126 - 2 Greenwood WWTP Emissions & Odor Control Improvements — E10047 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 01, incorporate to all other Sections in Division 26, and shall be considered a part of each of those Sections as if written in their entirety. 1.02 QUALITY ASSURANCE A. Electrical Contractors' Qualifications: Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. B. Workmanship: Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. Conduit and motors shall be isolated to avoid unacceptable noise levels from objectionable vibrations from all systems. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 2. Component drawings showing dimensions, mounting, and external connection details. 3. Complete control schematics and point to point wiring diagrams. 4. Unless other additional information is required by the detailed equipment specifications, the following information shall be included for motors: a. Motor identification number and nomenclature as specified. b. Make and motor type. c. Brake horsepower of the motor. d. Locked rotor current at full Toad. e. Motor efficiency at full load (three-phase motors only). f. Starting torque. g. Method of insulating and impregnating motor coils (three-phase only). h. Speed of the motor at full torque. Common Work Results For Electrical 26 05 00 -1 Greenwood WWTP Emissions & Odor Control Improvements — E10047 i. Full Toad current. j. Service factor. k. Number of poles I. Motor temperature rise measured by resistance over 40 C ambient. 1.04 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) National Fire Protection Association (NEPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Underwriters Laboratories (UL) American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local Utility Companies Local Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) B. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. C. Contractor shall submit the company names of the electrical contractor with the bid documents. 1.05 DELIVERY AND STORAGE A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. Common Work Results For Electrical 26 05 00 - 2 Greenwood WWTP Emissions & Odor Control Improvements — E10047 1.06 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed. The Contractor shall utilize approved manufacturer shop drawings for final layouts of equipment and raceways. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans, the Contractor shall before proceeding with the work prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. D. Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the contractor shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no cost to the owner. E. All enclosures for equipment unless specifically identified otherwise shall be NEMA 4X, 304 Stainless Steel for exterior installations, NEMA 1 for indoor enclosures. 2.00 EXECUTION 2.01 INSTALLATION A. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls and floors. B. Submit location drawings and obtain Engineer approval prior to installing conduit penetrations through slabs, beams, and walls. The complete installation shall be watertight and the fire rating of penetrations through walls, floors and ceilings shall be maintained. C. Install steel reinforced concrete foundations, (housekeeping pads), below floor mounted switchboards, panelboards, motor control centers, transformers, and other floor mounted electrical equipment. Concrete foundations shall not be less than 4 inches high. Neatly chamfer top edges. Concrete foundations shall be 6 inches wider and 6 inches longer than the base of the equipment being installed. Concrete shall be in accordance with Division 03, and shall be reinforced with a minimum of 6 -by -6 -inch #6 welded wire mesh. 2.02 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members shall not be permitted without the specific written approval of the Engineer. Common Work Results For Electrical 26 05 00 - 3 Greenwood WWTP Emissions & Odor Control Improvements — E10047 2.03 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner's representative, utility companies and Owner's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. D. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. All construction areas shall be finally graded as indicated on the contract documents or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro -mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. The Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90 -day warranty on new turn and landscaping. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as - built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. 2.04 ELECTRICAL EQUIPMENT IDENTIFICATION A. Identify electrical equipment in accordance with the NEC, the local authorities, and as specified. B. Use laminated three-ply engraved plastic nameplates with black surface and white interior core, at least 1/16 inch thick. Engraved lettering shall be condensed gothic at least 1/4 inch high and properly spaced for legible and easy reading. Attach plates to equipment with stainless steel screws. Adhesive attachment is only acceptable on NEMA 4X enclosures. Identify the following items with engraved nameplates, located as follows: Common Work Results For Electrical 26 05 00 - 4 Greenwood WWTP Emissions & Odor Control Improvements — E10047 1. Each circuit breaker in each main panel and each distribution panel - adjacent to switch/fuse unit or circuit. 2. Spares shall be labeled "Spare". 3. Each branch circuit panel - on panel trim cover immediately above panel door. 4. Each safety disconnect switch, relay cabinet, control panel - on outside of cover. 5. Each motor starter on outside cover. 6. Any switch for Toad that cannot be seen from the control point - custom engraved on outside of switch cover plate. C. Branch circuit panelboard directories shall be completely and properly typewritten. Cover with plastic and attach to the inside of the cabinet door. Spares shall be labeled as "Spare." D. Refer to Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables" for conductor coding requirements. E. Install special custom engraved switch cover plates with engraving on the outside of the cover plate at outside light switches, and at any switch for equipment which is out of sight from the control point. F. Install same brand/manufacturer fittings throughout the project. Install UL listed products. Fasteners, anchor bolts, nuts, and washers shall be stainless steel. 2.05 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. 2.06 TESTING A. See each section for particular testing requirements for each type of equipment. END OF SECTION Common Work Results For Electrical 26 05 00 - 5 Greenwood WWTP Emissions & Odor Control Improvements — E10047 26 0519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install 600 -volt wires and cables. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 QUALITY ASSURANCE A. Testing: Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer's recommended values. B. Testing Agency Qualifications: Member Company of NETA and/or NRTL C. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Product Data for each type of product 2. Field Test / Quality Control Reports 3. Qualification Data for Testing Agency 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. National Electrical Manufacturer Association (NEMA) Standards: NEMA WC -3 Rubber -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy NEMA WC -5 Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 1.05 DELIVERY AND STORAGE A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. 2.00 MANUFACTURED PRODUCTS 2.01 CONDUCTORS AND CABLES Low Voltage Electrical Power Conductors and Cables Greenwood WWTP Emissions & Odor Control Improvements — E10047 260519-1 A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Alcan Products Corporation; Alcan Cable Division 2. Alpha Wire 3. Belden Inc. 4. Encore Wire Corporation 5. General Cable Technologies Corporation 6. Southwire Incorporated 7. Okonite Company (Preferred) B. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658. C. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN, Type THWN, and Type XHHW or as indicated on the drawings. D. Conductors: Soft -drawn, annealed copper with a conductivity of not less than that of 98 percent pure copper bearing the U.L. label. The minimal size shall be #12. E. Single Conductors: Conductor with thermoplastic insulation rated at 600 volts and insulated with type THHN/THWN or XHHW insulation. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. F. Ground Wire: Tinned, Class B stranded conductor without insulation 2.02 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Gardner Bender 3. Hubbell Power Systems, Inc. 4. Ideal Industries, Inc. 5. Ilsco; a branch of Bardes Corporation 6. NSi Industries LLC 7. O-Z/Gedney; a brand of the EGS Electrical Group 8. 3M; Electrical Markets Division 9. Tyco Electronics / Raychem (Preferred) B. Description: Factory -fabricated connectors and splices of size, Ampacity rating, material, type and class for application and service indicated. 2.03 SYSTEM DESCRIPTION Low Voltage Electrical Power Conductors and Cables 26 0519 - 2 Greenwood WWTP Emissions & Odor Control Improvements — E10047 A. Electrical Components, Devices and Accessories: Listed and labeled as defined in NFPA 70 by a qualified testing agency and marked for intended location and application. B. Comply with NFPA 70. 3.00 EXECUTION 3.01 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Stranded Copper B. Branch Circuits: Stranded Copper 3.03 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Exposed Feeders: Type XHHW single conductors in raceway B. Feeders Concealed in Concrete, below Slabs -on -Grade and Underground: Type XHHW single conductors in raceway C. Exposed Branch Circuits: Type XHHW single conductors in raceway D. Branch Circuits Concealed in Concrete, below Slabs -on -Grade and Underground: Type XHHW single conductors in raceway 3.04 I N STA L LATI O N A. General: 1. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 2. Splice only in junction or outlet boxes. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 3. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: a. Tags relying on adhesives or taped -on markers are not acceptable. b. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. c. Provide tags for cables and for conductors No. 8 AWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Low Voltage Electrical Power Conductors and Cables 26 0519 - 3 Greenwood WWTP Emissions & Odor Control Improvements — E10047 Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS -CM cable markers or approved equal. d. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3- 23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). e. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. f. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA -2, 4, 6). 4. Wire shall be stranded. The minimum size conductor permitted is #12 AWG, except as specifically indicated on the plans. Wire shall bear the approval of Underwriters Laboratories, Inc. Conductors terminated on a screw termination shall have a crimp on type spade connector applied on the wire end, Panduit PanTerm or approved equal. 5. Color coding of cables shall comply with the local city codes. In the absence of a local color coding requirement, the following shall be used: a. For 480/277-V, 3-phase wiring: Phase A Brown Phase B Orange Phase C Yellow Neutral Gray Equipment Grounding Conductor Green 6. Colored, vinyl marking tape shall be allowed only on conductors greater than 8 AWG. Under no condition shall conductors of a different color be spliced together. 7. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. B. Single Conductors: Conductors shall be continuous from outlet to outlet and no splices shall be made except at outlets. Sufficient wire shall be left at outlets to make connections to equipment without straining. C. Ground Conductors: 1. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. Wire connections to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. Low Voltage Electrical Power Conductors and Cables 26 05 19 - 4 Greenwood WWTP Emissions & Odor Control Improvements — E10047 2. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean the metal surface under the grounding lug to bright metal. Connections to motors shall be to the grounding stud which shall be threaded into the stationary frame; Burndy KC Servit, or approved equal and not an end bell. The ground wire shall not be lugged to a mounting bolt. 3. Ground wire shall be uninsulated tinned copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with insulation as specified for low voltage wire. END OF SECTION Low Voltage Electrical Power Conductors and Cables 26 0519 - 5 Greenwood WWTP Emissions & Odor Control Improvements — E10047 26 05 19.01 WIRE CONNECTIONS AND DEVICES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install wire connections and devices. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. 600 -volt connectors shall comply with the specifications and the following Manufacturers will be acceptable: a. Burndy. b. Thomas & Betts. c. Ideal Industries. d. Ilsco e. Allen Bradley 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include all applicable wire connectors and devices. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. Connectors, Compression: For splicing and termination; 600 -volt wiring; connectors for cable sizes 250 MCM and larger shall be the long barrel type for double indentation (soldered connections shall not be permitted). B. Connectors, 600 -Volt Twist -On: Spring insulated, properly sized and resistant to vibration; may be used for No. 14 through No. 10 gauge conductors. C. Connectors, 600 -Volt Terminal: Of the appropriate hole sizes and spacing which are in accordance with NEMA standards; two holes in the tongue for use on conductor sizes 250 MCM or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. D. Wirenuts: Buchannan B -Cap, Ideal, ITT or Panduit spring wire connecting devices with plastic covering; shall be reusable after initial installation and removal. 3M Scotchloks shall not be installed on this project. Wire Connections and Devices 26 0519.01-1 Greenwood WWTP Emissions & Odor Control Improvements — E10047 E. Mechanical Set Screw Connector: Blackburn HPS, ADR-ALCUL, GP or GT, Burndy or Ilsco; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. F. Rubber Tape: Scotch 2210. G. Vinyl Tape: Scotch 88. H. Insulating Resin: Scotch 3576, 3577, or 3578. I. Power Distribution Blocks: Gould Shawmut, Ilsco or Allen Bradley; rated for 600 VAC and termination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. 3.00 EXECUTION 3.01 INSTALLATION A. Insulate connections made with non -insulated connectors with a minimum of three layers of plastic tape. Half -lap each layer. B. Splice 600 -volt conductors in junction boxes or at outlets only. C. For No. 10 and smaller, connect conductors with a twist -on spring wirenut. If a splice or tap is below 3 feet above the final grade, fill the spring connectors with an electrical insulating resin so that conductor and spring materials are encapsulated by the resin. . D. For No. 8 and larger, connect conductors with a mechanical, set screw type connector. Wrap splices and taps with a single half -lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3 feet above the finished grade, the tape or splice shall have a final outer coating or insulating resin. E. Furnish and install power distribution blocks as shown on the plans for tapping conductors at their Toad connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. END OF SECTION Wire Connections and Devices 26 0519.01- 2 Greenwood WWTP Emissions & Odor Control Improvements — E10047 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.02 SUBMITTALS A. Submittal shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Grounding materials, equipment and processes. 2. Product Data: For each type of product supplied. 3. Field quality -control test reports. 4. Grounding for sensitive electronic equipment. 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. C. Testing Agency Qualifications: Member Company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. 1.04 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. 2.00 PRODUCTS 2.01 MATERIALS A. Ground Rods: Copper -clad steel, having a diameter of 3/4 inch and a minimum length of 10 feet. B. Ground Cables: Stranded, bare tinned copper of 98 percent conductivity and as specified in Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables." C. Conduit Ground Fittings: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series or approved equal. Grounding and Bonding For Electrical Systems 26 05 26 -1 Greenwood WWTP Emissions & Odor Control Improvements — E10047 D. Ground Rod Boxes: Precast Box with cast iron lid. Lid shall read "ground rod" on lid. Brooks Precast Model. "3 -RT" or approved equal. Ground rod boxes located in driveway areas shall have an AASHO H-20 rating. E. Ground Plate Electrodes: 20 gauge copper with terminated 2 -foot welded pigtail connection. 2.02 PROCESSES A. All grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. B. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. C. All welding materials used shall be Cadweld Materials — as manufactured by ERICO Products, Inc., or approved equal. 2.03 GROUNDING SYSTEM A. Provide a grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. 3.00 EXECUTION 3.01 INSTALLATION A. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors, except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Exothermically welded connectors. 4. Connections to Structural Steel: Exothermically welded connectors. B. Ground electrical work in accordance with NEC Article 250 and local codes. C. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 12 inches below grade. Installation to provide sufficient mechanical protection so as not to break ground cables or connections. D. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs, buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. E. Install a green -colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. Grounding and Bonding For Electrical Systems 26 05 26 - 2 Greenwood WWTP Emissions & Odor Control Improvements — E10047 F. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green -colored insulation, equipment grounding conductor in accordance with Section 26 0519 "Low -Voltage Electrical Power Conductors and Cables." Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. G. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. H. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. 2. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 3. Use exothermic -welded connectors for outdoor locations, but if a disconnect -type connection is required, use a bolted clamp. I. Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install a copper bonding jumper to bond across flexible duct connections to achieve continuity. J. Liquid tight flexible metal conduit in sizes 1 foot to 1 foot -2 inches or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. K. All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC. L. Run a grounding cable the full length of each cable tray section and bond to each cable tray section. Provide #4/0 bare copper in cable tray. M. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner's Representative. N. Ground rod shall be installed such that the top of the ground rod is 6 feet below grade and enclosed by a ground rod box. 0. Install #4/0 AWG bare tinned copper ground cable that follows the route of the underground duct banks on top of the duct bank envelop, but in no case is embedded in the concrete. Run ground through the manholes. Tie ground cable to pump station main grounding system at both ends. 3.02 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. Grounding and Bonding For Electrical Systems 26 05 26 - 3 Greenwood WWTP Emissions & Odor Control Improvements — E10047 B. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer's recommendation using the fall of potential method in accordance with IEEE 81. C. All test equipment shall be provided under this section and approved by the Engineer. D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA or less: 5 ohms. 2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA: 5 ohms. 3. Power and Lighting Equipment or System with Capacity more than 1000 kVA: 3 ohms. H. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Owner's Representative promptly and include recommendations to reduce ground resistance. Provide additional ground rods and conductors as required to bring the resistance to required level. END OF SECTION Grounding and Bonding For Electrical Systems 26 05 26 - 4 Greenwood WWTP Emissions & Odor Control Improvements — E10047 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Surface raceways. 4. Boxes, enclosures B. Related Requirements: 1. Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction. 1.03 DEFINITIONS A. ARC: Aluminum rigid conduit. B. IMC: Intermediate metal conduit. C. RNC: Rigid Non Metallic conduit. D. LFMC: Liquidtight flexible metal conduit E. FMC: Flexible Metal Conduit 1.04 ACTION SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, standard floor boxes, standard hinged -cover enclosures. B. Shop Drawings: For custom enclosures. Include plans, elevations, sections, and attachment details. 1.05 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved: 1. Structural members in paths of conduit groups with common supports. B. Qualification Data: For professional engineer. C. Source quality -control reports. 2.00 PRODUCTS Raceways and Boxes For Electrical Systems 26 05 33 -1 Greenwood WWTP Emissions & Odor Control Improvements — E10047 2.01 METAL CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Allied Tube & Conduit; a Tyco International Ltd. Co. 3. Anamet Electrical, Inc. 4. Electri-Flex Company. 5. O-Z/Gedney; a brand of EGS Electrical Group. 6. Picoma Industries, a subsidiary of Mueller Water Products, Inc. 7. Republic Conduit. 8. Robroy Industries. 9. Southwire Company. 10. Thomas & Betts Corporation. 11. Western Tube and Conduit Corporation. 12. Wheatland Tube Company; a division of John Maneely Company. 13. Approved Equal B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RGS: Comply with ANSI C80.1 and UL 6. D. ARC: Comply with ANSI C80.5 and UL 6A. E. IMC: Comply with ANSI C80.6 and UL 1242. F. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch (1 mm), minimum. 3. EMT: Comply with ANSI C80.3 and UL 797. G. FMC: Comply with UL 1; zinc -coated steel or aluminum. H. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. I. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. Raceways and Boxes For Electrical Systems 26 05 33 - 2 Greenwood WWTP Emissions & Odor Control Improvements - E10047 3. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inch (1 mm), with overlapping sleeves protecting threaded joints. J. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.02 NONMETALLIC CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc. 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corp. 6. Carlon 7. Electri-Flex Company. 8. Kraloy. 9. Lamson & Sessions; Carlon Electrical Products. 10. Niedax-Kleinhuis USA, Inc. 11. RACO; a Hubbell company. 12. Thomas & Betts Corporation. 13. Approved equal. B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ENT: Comply with NEMA TC 13 and UL 1653. D. RNC: Type EPC -40 -PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. E. LFNC: Comply with UL 1660. F. Rigid HDPE: Comply with UL 651A. G. Continuous HDPE: Comply with UL 651B. H. Coilable HDPE: Preassembled with conductors or cables, and complying with ASTM D 3485. I. RTRC: Comply with UL 1684A and NEMA TC 14. J. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. Raceways and Boxes For Electrical Systems 26 05 33 - 3 Greenwood WWTP Emissions & Odor Control Improvements — E10047 K. Fittings for LFNC: Comply with UL 514B. L. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or Tess, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). M. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." 2.03 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Adalet. 2. Cooper Technologies Company; Cooper Crouse -Hinds. 3. EGS/Appleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR Inc. 6. Hoffman; a Pentair company — (Preferred). 7. Hubbell Incorporated; Killark Division. 8. Kraloy. 9. Milbank Manufacturing Co. 10. Mono -Systems, Inc. 11. O-Z/Gedney; a brand of EGS Electrical Group. 12. RACO; a Hubbell Company. 13. Robroy Industries. 14. Spring City Electrical Manufacturing Company. 15. Stahlin Non -Metallic Enclosures; a division of Robroy Industries. 16. Thomas & Betts Corporation. 17. Wiremold / Legrand. 18. Approved equal. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A. D. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB 1, aluminum, Type FD, with gasketed cover. Raceways and Boxes For Electrical Systems 26 05 33 - 4 Greenwood WWTP Emissions & Odor Control Improvements — E10047 E. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. F. Box extensions used to accommodate new building finishes shall be of same material as recessed box. G. Device Box Dimensions: 4 inches square by 2-1/8 inches deep (100 mm square by 60 mm deep) or 4 inches by 2-1/8 inches by 2-1/8 inches deep (100 mm by 60 mm by 60 mm deep). H. Hinged -Cover Enclosures: Comply with UL 50 and NEMA 250, Types as indicated with continuous -hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Fiberglass. 3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel. 3.00 EXECUTION 3.01 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: Rigid Aluminum. 2. Concealed Conduit, Aboveground: PVC Coated Rigid Aluminum. 3. Underground Conduit: RNC, Type EPC -40 -PVC, concrete encased. 4. Underground Conduit Stub -ups to Equipment Pads, Concrete Floors or Other: Utilize RGS Long Radius Sweeps for transition from underground ductbank to above ground. 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. 6. Boxes and Enclosures, Aboveground: NEMA 250, Type 4X SS as indicated. B. Indoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: Rigid Aluminum 2. Exposed in Electrical Room: Rigid Aluminum C. Minimum Raceway Size: 3/4 -inch (21 -mm) trade size except for lighting circuit taps not longer than 72". D. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. PVC Externally Coated, Rigid Aluminum Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 2. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. Raceways and Boxes For Electrical Systems 26 05 33 - 5 Greenwood WWTP Emissions & Odor Control Improvements — E10047 E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. F. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. G. Install surface raceways only where indicated on Drawings. 3.02 INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot- water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Arrange stub -ups so curved portions of bends are not visible above finished slab. E. Install no more than the equivalent of three 90 -degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches (300 mm) of changes in direction. F. Conceal conduit within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. G. Support conduit within 12 inches (300 mm)of enclosures to which attached or as otherwise dictated by Code. H. Raceways Embedded in Slabs: 1. Run conduit larger than 1 -inch (27 -mm) trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10 -foot (3-m) intervals. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Arrange raceways to keep a minimum of 1 inch (25 mm) of concrete cover in all directions. 4. Do not embed threadless fittings in concrete unless specifically approved by Engineer for each specific location. 5. Change from ENT to PVC coated RGS or Rigid Aluminum as per conditions before rising above floor. I. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. J. Coat field -cut threads on PVC -coated raceway with a corrosion -preventing conductive compound prior to assembly. Raceways and Boxes For Electrical Systems 26 05 33 - 6 Greenwood WWTP Emissions & Odor Control Improvements — E10047 K. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. L. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1 -1/4 -inch (35mm) trade size and insulated throat metal bushings on 1 -1/2 -inch (41 -mm) trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. M. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. N. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. 0. Cut conduit perpendicular to the length. For conduits 2 -inch (53 -mm) trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. P. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200 -Ib (90 -kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. Q. Surface Raceways: 1. Install surface raceway with a minimum 2 -inch (50-mm)radius control at bend points. 2. Secure surface raceway with screws or other anchor -type devices at intervals not exceeding 48 inches (1200 mm) and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. R. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. S. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. T. Comply with manufacturer's written instructions for solvent welding RNC and fittings. U. Expansion -Joint Fittings: 1. Install in each run of aboveground RGS that is located where environmental temperature change may exceed 30 deg F (17 deg C) and that has straight -run length that exceeds 25 feet (7.6 m). Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: Raceways and Boxes For Electrical Systems 26 05 33 - 7 Greenwood WWTP Emissions & Odor Control Improvements — E10047 a. Revise list below to include all locations in Project with environmental conditions that require considering expansion -joint fittings in conduit runs. For each Project, consider only locations with PVC conduit with straight -run length exceeding 25 feet (7.6 m) or metal conduit in lengths over 100 feet (30 m). Also revise temperature change for each location so it safely represents conditions anticipated. Temperature -change figures below are examples of maximum total swings from the lowest to the highest environmental temperatures at the indicated types of locations and must be revised to represent temperature swings or changes that may occur at Project locations. b. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change. c. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change. 2. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F (0.0115 mm per meter of length of straight run per deg C) of temperature change for metal conduits. 3. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 4. Install each expansion -joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. V. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches (1830 mm) of flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. W. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. X. Locate boxes so that cover or plate will not span different building finishes. Y. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. 3.03 INSTALLATION OF UNDERGROUND CONDUIT A. Duct Bank — Install duct bank per drawing and details. B. Direct -Buried Conduit: Not Permitted for this Project 3.04 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. Raceways and Boxes For Electrical Systems 26 05 33 - 8 Greenwood WWTP Emissions & Odor Control Improvements — E10047 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION Raceways and Boxes For Electrical Systems 26 05 33 - 9 Greenwood WWTP Emissions & Odor Control Improvements — E10047 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Conduit, ducts, and duct accessories for concrete -encased duct banks. 1.03 DEFINITION A. RNC: Rigid nonmetallic conduit. 1.04 ACTION SUBMITTALS A. Product Data: For the following: 1. Duct -bank materials, including separators and miscellaneous components. 2. Ducts and conduits and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 3. Warning tape. 1.05 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated. B. Comply with ANSI C2. C. Comply with NFPA 70. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent bending, warping, and deforming. 1.07 PROJECT CONDITIONS A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission. 1.08 COORDINATION Underground Ducts And Raceways For Electrical Systems 26 05 43 -1 Greenwood WWTP Emissions & Odor Control Improvements — E10047 A. Coordinate layout and installation of ducts, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. B. Coordinate elevations of ducts and duct -bank entrances, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by Architect. 1.09 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. B. Furnish cable -support stanchions, arms, insulators, and associated fasteners in quantities equal to 5 percent of quantity of each item installed. 2.00 PRODUCTS 2.01 CONDUIT A. As per section 260533 "Raceway and Boxes for Electrical Systems". 2.02 SOURCE QUALITY CONTROL A. Test and inspect precast concrete utility structures according to ASTM C 1037. 3.00 EXECUTION 3.01 UNDERGROUND DUCT APPLICATION A. Ducts for Electrical Cables Over 600 V: RNC, NEMA Type EPC -40 -PVC, in concrete -encased duct bank, unless otherwise indicated. B. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC -40 -PVC, in concrete - encased duct bank, unless otherwise indicated. 3.02 EARTHWORK A. Excavation and Backfill: Do not use heavy-duty, hydraulic -operated, compaction equipment. B. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed. C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching. 3.03 DUCT INSTALLATION A. Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two manholes to drain in both directions. Underground Ducts And Raceways For Electrical Systems 26 05 43 - 2 Greenwood WWTP Emissions & Odor Control Improvements — E10047 B. Curves and Bends: Use 5 -degree angle couplings for small changes in direction. Use manufactured long sweep bends both horizontally and vertically, at other locations, unless otherwise indicated. C. Joints: Use solvent -cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. D. Pulling Cord: Install 100-Ibf- (445-N-) test nylon cord in ducts, including spares. E. Concrete -Encased Ducts: Support ducts on duct separators. 1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts, with not less than 4 spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches (150 mm) between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 2. Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation. a. Start at one end and finish at the other, allowing for expansion and contraction of ducts as their temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion -contraction damage. b. If more than one pour is necessary, terminate each pour in a vertical plane and install 3/4 -inch (19 -mm) reinforcing rod dowels extending 18 inches (450 mm) into concrete on both sides of joint near corners of envelope. 3. Pouring Concrete: Spade concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank assembly to trench bottom. Allow concrete to flow to center of bank and rise up in middle, uniformly filling all open spaces. Do not use power -driven agitating equipment unless specifically designed for duct -bank application. 4. Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms. 5. Minimum Space between Ducts: 3 inches (75 mm) between ducts and exterior envelope wall, 2 inches (50 mm) between ducts for like services, and 4 inches (100 mm) between power and signal ducts. 6. Depth: Install top of duct bank at least 24 inches (600 mm) below finished grade in areas not subject to deliberate traffic, and at least 30 inches (750 mm) below finished grade in deliberate traffic paths for vehicles, unless otherwise indicated. 7. Stub -Ups: Use manufactured duct elbows for stub -ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Extend concrete encasement throughout the length of the elbow. 8. Stub -Ups: Use manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. Underground Ducts And Raceways For Electrical Systems 26 05 43 - 3 Greenwood WWTP Emissions & Odor Control Improvements — E10047 a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete. b. Stub -Ups to Equipment: For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 mm) from edge of base. Install insulated grounding bushings on terminations at equipment. 9. Warning Tape: Bury warning tape approximately 12 inches (300 mm) above all concrete -encased ducts and duct banks. Align tape parallel to and within 3 inches (75 mm) of the centerline of duct bank. Provide an additional warning tape for each 12 -inch (300 -mm) increment of duct -bank width over a nominal 18 inches (450 mm). Space additional tapes 12 inches (300 mm) apart, horizontally. 3.04 GROUNDING A. Ground underground ducts and utility structures according to Section 260526 "Grounding and Bonding for Electrical Systems." 3.05 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out -of -round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest. B. Correct deficiencies and retest as specified above to demonstrate compliance. 3.06 CLEANING A. Pull leather -washer -type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. B. Clean internal surfaces of manholes, including sump. Remove foreign material. END OF SECTION Underground Ducts And Raceways For Electrical Systems 26 05 43 - 4 Greenwood WWTP Emissions & Odor Control Improvements — E10047 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Equipment identification labels. 7. Miscellaneous identification products. 1.02 SUBMITTALS A. Product Data: For each electrical identification product indicated. 1.03 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NEPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, are not acceptable. 2.00 PRODUCTS 2.01 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: Identification for Electrical Systems 26 05 53 -1 Greenwood WWTP Emissions & Odor Control Improvements — E10047 1. Tags relying on adhesives or tapes -on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. 3. Provide tags for cables and for conductors No. 8 AWG and larger consisting of perma- nent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS -CM cable markers or approved equal. 4. Tags shall be imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Where more than one neutral is present with a group of conductors, a tag shall be ap- plied to each neutral indicating which phase conductors are served by each neutral (e.g. HA -2, 4, 6). 2.02 CONDUCTOR IDENTIFICATION MATERIALS A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not Tess than 3 mils thick by 1 to 2 inches wide. 2.03 UNDERGROUND -LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when ex- posed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red -Colored Tapes: ELECTRIC LINE 2.04 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self -Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive la- bels, configured for display on front cover, door, or other access to equipment unless oth- erwise indicated. C. Baked -Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. Identification for Electrical Systems 26 05 53 - 2 Greenwood WWTP Emissions & Odor Control Improvements — E10047 2. 1/4 -inch grommets in corners for mounting. 3. Nominal size, 7 by 10 inches. D. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.05 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch. 3.00 EXECUTION 3.01 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient view- ing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. F. Underground -Line Warning Tape: During backfilling of trenches install continuous under- ground -line warning tape directly above line at 6 to 8 inches below finished grade. Use mul- tiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. 3.02 IDENTIFICATION SCHEDULE A. Power -Circuit Conductor Identification, 600 V or Less: For conductors in pull and junction boxes, manholes, and handholes, use color -coding conductor tape to identify the phase. 1. Color -Coding for Phase Identification, 600 V or Less: Use colors listed below for un- grounded service, feeder, and branch -circuit conductors. a. Color shall be field applied for sizes larger than No. 8 AWG b. Colors for 208/120-V Circuits: Identification for Electrical Systems 26 05 53 - 3 Greenwood WWTP Emissions & Odor Control Improvements — E10047 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral: White c. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. d. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a mini- mum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwind- ing. Locate bands to avoid obscuring factory cable markings. B. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground -line warning tape to direct -buried cables. 2. Install underground -line warning tape for both direct -buried cables and cables in race- wa Y. C. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equip- ment including, but not limited to, the following: a. Controls with external control power connections. D. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. E. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems un- less equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: stainless steel screws and nuts, engraved and laminated name- plates. Unless otherwise indicated, provide a single line of text with 1/2 -inch high Identification for Electrical Systems 26 05 53 - 4 Greenwood WWTP Emissions & Odor Control Improvements — E10047 letters on 1 -1/2 -inch high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with appro- priate mechanical fasteners that do not change the NEMA or NRTL rating of the en- closure. 2. Equipment to Be Labeled: a. Enclosures and control panels. b. Motor -control centers. c. Enclosed controllers. d. Push-button stations. e. Junction and Pull Boxes. END OF SECTION Identification for Electrical Systems 26 05 53 - 5 Greenwood WWTP Emissions & Odor Control Improvements — E10047 February 16, 2016 Coym, Rehmet & Gutierrez Engineering, L.P. 5656 South Staples St., Suite 230 Corpus Christi, TX 78411 Attention: Mr. Jeff Coym, P.E., Principal • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING SOILS • ASPHALT • CONCRETE SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED GREENWOOD WASTEWATER TREATMENT PLANT EMMISIONS AND ODOR CONTROL IMPROVEMENTS PROJECT CITY OF CORPUS CHRISTI PROJECT NUMBER E10047 Greenwood Drive and Saratoga Boulevard Corpus Christi, Texas RETL Job No. — G116105 Dear Mr. Coym, In accordance with our agreement, we have conducted a subsurface investigation, laboratory testing program and foundation evaluation for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted herewith for your records and distribution to the design team. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL), Texas Professional Engineering Firm No. — 2101, would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, • lark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www. rocktesting. co m 68171 EOPARD STREET • CORPUS CHRISTI TEXAS 78409-1703 OFFICE (361) 883-4555 • FAX: (361) 883-4711 10856 VANDALE ST • SAN ANTONIO. TEXAS 78216-3625 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 No.1 ROUNDVILLE LANE • ROUND ROCK, TEXAS 78664 OFFICE: (512) 284-8022 • FAX: (512) 284-7764 SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED GREENWOOD WASTEWATER TREATMENT PLANT EMMISIONS AND ODOR CONTROL IMPROVEMENTS PROJECT CITY OF CORPUS CHRISTI PROJECT NUMBER E10047 GREENWOOD DRIVE AND SARATOGA BOULEVARD CORPUS CHRISTI, TEXAS RETL REPORT NUMBER: G116105 PREPARED FOR: COYM, REHMET & GUTIERREZ ENGINEERING, L.P. 5656 SOUTH STAPLES STREET, SUITE 230 CORPUS CHRISTI, TEXAS 78411 FEBRUARY 16, 2016 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101 1 it 8981 �� per• • • st Brian J. Geiger, P.E Geotechnical Engineer Cell: 906 370 5196 y� ,,i..% sy*: * j i MARK C. ROCK -�' 7 t 395 'c s 1 G1 ST CO l Mark C. Rock, P.E. Vice President of Operations Cell: 361 438 8755 TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 1 DESCRIPTION OF SITE 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 3 Field Tests and Observations 3 LABORATORY TESTING PROGRAM 4 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 5 Seismic Site Class 6 Groundwater Observations 6 OSHA Soil Type Classification 7 FOUNDATION DISCUSSION 8 Project Description 8 PVR Discussion 8 FOUNDATION TYPES CONSIDERED 10 FOUNDATION RECOMMENDATIONS 11 Mat Foundations 11 Drilled Piers 12 Slab -on -Grade Foundation Recommendations 13 SITE IMPROVEMENT METHODS 14 Concrete Flatwork Construction Considerations 14 TABLE OF CONTENTS - CONTINUED Page CONSTRUCTION CONSIDERATIONS16 Drilled, Cast -in -Place, Pier Construction Considerations 16 Site Preparation 17 Select FiII 17 Earthwork and Foundation Acceptance 17 Vapor Retarder 18 Utilities 18 Expansion Joints 19 GENERAL COMMENTS 19 APPENDIX Boring Location Plan Boring Log B-1 Key to Soil Classifications and Symbols February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas INTRODUCTION This report presents the results of a soils exploration, laboratory testing program and foundation analysis for the proposed Emission and Odor Control Improvements Project (City of Corpus Christi Project No. E10047) to be constructed at the Greenwood Wastewater Treatment Plant located in Corpus Christi, Texas. This study was conducted for Coym, Rehmet & Gutierrez Engineering, L.P. and the City of Corpus Christi. Authorization The scope of this work for this project was performed in accordance with RETL proposal number P050615B dated May 11, 2015. The proposal was approved by Mr. Jeff Coym, P.E., Principal, representing Coym, Rehmet & Gutierrez Engineering, L.P. on January 12, 2016, and returned to RETL via email transmission on January 13, 2016. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to provide foundation recommendations suitable for the proposed project. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, provision of foundation recommendations and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring log, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to provide foundation recommendations for the proposed project. The information submitted for the proposed project is based on project details provided by Coym, Rehmet & Gutierrez Engineering, L.P. and the soil information obtained at the boring location. If the designers require additional soil parameters to complete the design of the proposed foundation and this information can be obtained from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, then RETL will provide the additional information requested as a supplement to this report. 1 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. RETL operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction, (ASTM D3740)." No other representations are expressed or implied, and no warranty or guarantee is included or intended. This report has been prepared for the exclusive use of Coym, Rehmet & Gutierrez Engineering, L.P. for the specific application to the proposed Emissions and Odor Control Improvements Project (City of Corpus Christi Project No. E10047) to be constructed at the Greenwood Wastewater Treatment Plant located in Corpus Christi, Texas. DESCRIPTION OF SITE The site of the proposed project is located on the southwest corner of the intersection of Greenwood Drive and Saratoga Boulevard in Corpus Christi, Texas. The site is relatively level and the surface of the site was primarily covered with grass. Barricades, fences, and gates were observed and owner coordination was required to gain access to the site. Existing structures and underground utilities were also observed and the boring was relocated approximately 18 -feet south of the original proposed boring location to avoid conflictwith underground utilities. At the time of our field investigation, dd the condition of the ground surface was firm and did not pose any significant difficulties to the drill crew moving their equipment. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included reconnaissance of the project site, performing the boringoperations p and obtaining disturbed samples and relatively undisturbed Shelby -tube samples. Y p During the sample recovery operations the soils encountered were classified and recorded on the boring log in accordance with "Standard Guide for Field Logging of 9'9' 9' Subsurface Exploration of Soil and Rock, (ASTM D5434)." One boring was performed at this site for the purpose ofrovidin geotechnical p g information. The table below provides the boring identification, boring location, boring depth, and GPS coordinates at the boring location: 2 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 Boring Information Table GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas Boring Identification Boring Location Boring Depth (ft) GPS Coordinates B-1 Proposed Improvement 41% N 27.72076° W 97.45728° The GPS coordinates, obtained at the boring location using a commercially available GPS, are provided in this report and on the boring log. RETL determined the number and depth of the boring, staked the boring location in the field, and performed the drilling operations. Upon completion of the drilling operations and obtaining the groundwater observations, the drill hole was backfilled with excavated soil and the site cleaned as required. A boring location plan is provided with this report. The boring performed for this project was used to determine the classification and strengths of the subgrade soils. This information is provided on the boring log and includes boring location, boring depth, soil classification, soil strengths and laboratory test results. The boring log is included in the Appendix. Drilling and Sampling Procedures The test boring was performed using a drilling rig equipped with a rotary head turning hollow stem augers to advance the borehole. Disturbed soil samples were obtained using split -barrel sampling procedures in general accordance with the procedures for, "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)." Relatively undisturbed soil samples were obtained using thin-wall tube sampling procedures in accordance with, "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Observations Standard Penetration Tests — During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil at selected intervals. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 -inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is obtained by adding the second and third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. 3 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas Water Level Observations — Water level observations were obtained during the test boring operations. Water level observations are noted on the boring log provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in an open borehole largely depends on the permeability of the soils encountered at the boring location. Ground Surface Elevation — The ground surface elevation at the boring location was not provided. Therefore, all depths referred to in this report are measured from the ground surface at the boring location during the time of our field investigation unless specified otherwise. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the foundation system for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on all samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D4318) and percent material finer than the #200 sieve tests (ASTM D1140). The shear strength of selected cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166). The estimated soil strengths were obtained using a hand penetrometer. All phases of the laboratory testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring log provided in the Appendix. 4 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 General GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas SUBSURFACE CONDITIONS The types of foundation bearing materials encountered in the test boring have been visually classified and are described in detail on the boring log. The results of the standard penetration tests, strength tests, water level observations and other laboratory tests are presented on the boring log in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all samples will be disposed of three months after issuance of this report. The stratification of the soil, as shown on the boring log, represents the soil conditions at the actual boring location. Variations may occur beyond the boring location. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test boring was drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The soil conditions encountered in the test boring performed at the project site have been summarized and soil properties including soil classification, plasticity, strength, effective unit weight, percent passing the No. 200 sieve, range of SPT results, and range of pocket penetrometer results are provided in the following table: Soil Profile Table D Generalized Soil Description LL PI C ye 4200 N PP 0-16 Fat CLAY 64-74 41-51 2,600 0 120 80-85 --- 1.5-4.5+ 16-23 Fat CLAY --- --- 2,300 0 60 93 --- 4.5+ 23-26 CLAYEY Sand --- --- 800 0 55 38 7 --- 26-37 Silty SAND --- --- 0 35 55 --- 25-36 --- 37-41 Fat CLAY --- --- 2,700 0 60 93 --- 4.5+ 5 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 Where: GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas D = Depth in feet below existing grade LL =Liquid limit (%) PI =Plasticity index C = Soil Cohesion, psf (undrained) (I) = Angle of Internal Friction, deg. (undrained) ye =Effective soil unit weight, pcf 4200 =Percent of soils passing the #200 sieve N =Standard Penetration Test (blows per foot) PP =Pocket penetrometer value range, tsf Detailed descriptions of the soils encountered at the boring location are provided on the boring log included in the Appendix. Seismic Site Class As stated on Page 205, Chapter 20, "SITE CLASSIFICATION PROCEDURE FOR SEISMIC DESIGN" of ASCE/SEI 7-05, "Where the soil properties are not known in sufficient detail to determine the site class, Site Class D shall be used unless authority having jurisdiction or geotechnical data determines Site Class E or F soil are present at the site." Since our field investigation has not included a 100 -foot deep boring, by definition the soil properties are not known in sufficient detail. Additionally, Table 20.3- 1 -Site Classification provides that Site Class D soils should have a Standard Penetration Resistance between 15 and 50, and an undrained shear strength between 1,000 and 2,000 psf. These soils are present in the upper 40 -feet at this site. Therefore, the seismic site class in accordance with the ASCE/SEI 7-05 should be assumed to be Site Class D. Groundwater Observations Groundwater (GW) observations and the depths the boring caved are provided in the following table: BORING NO. DURING DRILLING UPON COMPLETION OF DRILLING 24-HOUR DELAYED READINGS B-1 23' GW at 16' and Caved at 18' GW at 16%' and Caved at 17'/' Based on observations made in the field and moisture contents obtained in the laboratory, it appears as if the average depth to groundwater at this site is near the 16 - foot depth at the time of our field investigation. It should be noted that the water level in an open borehole may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site may be subject to seasonal conditions, recent rainfall, tidal, and drought or temperature effects. 6 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 OSHA Soil Type Classification GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 20 -feet at the boring locations: OSHA Soil Classification Table D DESCRIPTION OSHA Soil Type Classification 0-16 Stiff Clay Above Water Table Type A 16-20 Stiff Clay Below Water Table Type C The OSHA soil classification provided in the table above is based on the strengths of the soils encountered and the soil fabric as observed in the test samples. Once the excavation operations commence, the contractor's "responsible person" shall assess the soils and verify, or change, the OSHA soil classification based on their observations. It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for soil OSHA soil types are provided in the following table: OSHA Slope Guidelines Table GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/ : Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 1'/2 Horizontal : 1 Vertical Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. 7 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas In no case should slope height, slope inclination or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. Specifically, the current OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926 should be followed. It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties. The contractor's "competent person", as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. For excavations, including a trench, extending to a depth of more than 20 -feet, it will be necessary to have the side slopes designed by a Professional Engineer licensed in the State of Texas. The contractor's "competent person" should establish a minimum lateral distance from the crest of the slope for all vehicles and spoil piles. Likewise, the contractor's "responsible person" should establish protective measures for exposed slope faces. FOUNDATION DISCUSSION Project Description Based on information provided to RETL, the project will include the installation of a biotrickling filter at the existing Greenwood WWTP. The proposed filter and associated equipment will be installed on a foundation measuring approximately 30 -feet in length by 12 -feet in width. The total weight of the foundation, filter and associated equipment is estimated to be approximately 45 -ton. It should be noted that other design details have not been provided. If this information is available, it should be forwarded to RETL. PVR Discussion The laboratory test results indicate that the subsoils in the active zone at the boring location are high in plasticity. The maximum calculated total potential vertical rise (PVR) at the boring location is on the order of 41/4 to 41/2 -inches. The PVR was calculated using the Texas Department of Transportation Method TEX-124E and took into account the depth of the active zone, estimated to extend to a depth of approximately 15 -feet, and the Atterberg limits test results of the soils encountered within the active zone. 8 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas The estimated PVR values provided are based on the floor system applying a sustained surcharge load of approximately 1.0 pound per square inch on the subgrade soils as well as the sustained surcharge load exerted by 1 -foot of properly compacted select fill placed at the site to raise the grade 1 -foot above the average existing grade at the site resulting in a 6 -inch concrete floor slab elevation 11/2 -feet above the average grade elevation at the site at the time of our field investigation. The value represents the vertical rise that can be experienced by dry subsoils if they are subjected to conditions that allow them to become saturated, such as poor drainage. Using dry soil conditions to calculate the PVR is generally considered the worst case scenario. The actual movement of the subsoils is dependent upon their change in moisture content. Differential vertical movements can potentially be equal to the expected total movements. Worst case scenario can result in differential vertical movements at this site equal to the calculated PVR over a distance equal to the depth of the active zone, within the footprint of a slab -on -grade if dry soil conditions exist and a localized water source such as ponding water or a plumbing leak occurs resulting in non-uniform moisture conditions. Undercutting the natural expansive soils at this site and replacing them with properly compacted non -expansive select fill soils will reduce the PVR. The resulting reduction in PVR for slabs constructed 11/2 -feet above grade at this site, utilizing undercutting and replacement operations, are included in the following table: Undercut and Replacement Table Required Undercut Depth (ft) Select Fill Thickness (ft) Calculated PVR (in) 1 2 3.5 2 3 2.8 3 4 2.2 4 5 1.8 5 6 1.5 6 7 1.1 7 8 0.9 Based on our calculations, in order to reduce the PVR to approximately 1 -inch for slabs constructed 11/2 -feet above grade at this site, it will be necessary to remove the expansive soils to a depth of 61/2 -feet, moisture condition and compact the exposed subgrade soils, and place a minimum of 71/2 -feet of properly compacted non -expansive select fill soils in the excavation. Additional undercutting and replacement may be required to further reduce the PVR based on architectural or structural design considerations or if the finished concrete floor slab elevation is something other than 11/2 -feet above the average existing site grade. If the finished floor slab elevation is something other than 11/2 -feet above the average existing site grade, RETL should be given the opportunity to revisit the recommendations provided herein to determine if supplemental recommendations are warranted. 9 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas FOUNDATION TYPES CONSIDERED Mat Foundations — A mat foundation is used most advantageously when it is necessary to distribute comparatively heavy structural and working loads onto the supporting foundation materials. In view of the prevailing soil conditions at this site, it appears that a mat foundation may be a suitable foundation system for the proposed structures. Drilled Piers — Underreamed and straight shaft drilled piers can be utilized at this site. Based on groundwater observations, temporary steel casing will be required to install straight shaft drilled piers at this site to depths greater than approximately 16 -feet. Temporary steel casing will require a competent clay stratum to seal the casing. A consistent competent clay stratum exists from the ground surface to a depth of 23 -feet and from approximately 37 -feet to the boring termination depth of 411/2 -feet. The use of temporary steel casing will be required throughout the depth of straight shaft drilled piers during installation. Slab -on -Grade Foundations — A stiffened grid type beam and slab foundation is used to support relatively Tight structures on expansive soils where the soil conditions are relatively uniform, and where uplift and settlement can be tolerated. The intent of a stiffened slab -on -grade foundation is to allow the structure and foundation to move up and down freely with soil movements while providing sufficient stiffness to limit differential movements within the superstructure. A slab -on -grade foundation system is suitable for use at this site to support the proposed structure. A conventionally reinforced slab -on -grade foundation system is typically the most economical foundation system utilized to support a relatively light structure that can withstand some soil movements. Movements experienced by a shallow foundation at this site could be related to soil swelling (heave) conditions resulting in differential movements. Differential movements, even as small as 1 -inch, can result in unsightly cracking of interior and exterior architectural facades and rigid brick or CMU block walls. A shallow slab -on -grade foundation is an acceptable foundation provided the site improvement earthwork recommendations included in the "PVR Discussion" and "Site Preparation" sections of this report are performed. If it essential to demand the highest level of performance from the foundation, then RETL recommends utilizing a deep foundation system in conjunction with a structural floor slab. 10 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 Mat Foundations GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas FOUNDATION RECOMMENDATIONS The recommended net allowable unit bearing pressures for a mat foundation founded approximately 2 -feet below the existing grade at this location is 2,000 psf for dead Toad plus sustained live loads and 2,400 psf for total dead plus live loads. The net allowable bearing pressures provided include safety factors of 3 for dead load plus sustained live loads and 2.5 for total dead plus live loads. The mats shall be designed using the net allowable bearing pressure that results in the larger mat area. The structural designer may utilize a Modulus of Subgrade Reaction (K) of 140 pci for the select fill soils supporting the mat foundations. Mats should be reinforced to make them as rigid as possible to resist any slight movements caused by the surrounding soils. In areas where a mat foundation will be constructed all soil, loose or excessively organic materials and other deleterious materials shall be removed to a minimum depth of 61/2 -feet below the ground surface. Foundation excavations may be neat cut with conventional excavation equipment, preferably with a smooth -mouthed bucket. If a toothed bucket is used, excavation with this equipment should be stopped 12 -inches pp above the final grade and the foundation excavation completed with a smooth -mouthed bucket or by hand labor. The exposed subgrade soils shall be compacted to a minimum density of 95 -percent of the maximum dry density of the subgrade soils as determined by the standard Proctor (ASTM D698) and at, or above the optimum moisture content. After subgrade preparation is complete, select fill soils should be placed in accordance with the recommendations included in the "Select Fill" section of the report. The foundation excavations should be observed by a representative of RETL prior to select fill, steel or concrete placement to assess that the foundation materials are capable of supporting the design loads and to identify the acceptability of the soils under the mat. Soft or loose zones encountered at the bottom of the mat excavation should be removed to the level of competent materials as directed by the Geotechnical Engineer. Cavities formed as a result of excavation of soft or loose zones should be backfilled with properly compacted select fill. After opening, the mat excavation should be observed and concrete placed as quickly as possible to avoid exposure of the mat bottom to wetting and drying. Surface run-off water should be drained away from the excavation and not be allowed to pond. If it is required that the mat excavation be left open an extended period, it should be protected to reduce evaporation or entry of moisture by using a lean concrete seal slab to prevent excessive wetting and desiccation of the subgrade soils at the bearing elevation for the foundation. 11 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas Mats designed using the net allowable unit soil pressures provided could expect total settlements to be approximately 1 -inch and differential settlements to be approximately 1/2 -inch. In order to minimize the effects of any slight differential movement that may occur due to variations in the character of the supporting soils, it is recommended that the mat be suitably reinforced to make the mat as rigid as possible. Drilled Piers The underreamed drilled piers should be founded near the 15 -foot depth and can be sized to exert a net allowable unit end bearing pressure of 6,500 psf. It may be required to adjust the underreamed drilled pier depth at the time the production piers are installed. The net allowable unit end bearing pressure for underreamed drilled piers includes a factor of safety of 3.0 against bearing failure. If underreamed piers are designed using the recommended net allowable unit end bearing pressure provided above, the piers should experience total settlements on the order of 1/2 -percent of the diameter of the belled portion of the underreamed drilled pier. The belled portion of the underreamed drilled pier should be limited to a diameter of 2 to 3 -times the shaft diameter. The shaft shall be designed to have a minimum diameter of 12 -inches. The structural designer can utilize the allowable unit skin friction values for the range in depthsincluded in the following table for deep foundations to resist the axial loads given the strengths of the subsurface soils encountered: Allowable Skin Friction Values Table The allowable unit skin friction values provided above are based on the strengths of the in-situ soils and utilize a safety factor of 2 to prevent shear failure. The minimum depth of straight shaft deep foundations at this site is 20 -feet and the maximum termination depth for straight shaft drilled piers is 38 -feet. Resistance to uplift can be calculated by taking 60 -percent of the axial skin friction capacity of a deep foundations. 12of19 Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0-7 Neglect 7-16 700 16-23 625 23-26 200 26-37 475 37-38 700 The allowable unit skin friction values provided above are based on the strengths of the in-situ soils and utilize a safety factor of 2 to prevent shear failure. The minimum depth of straight shaft deep foundations at this site is 20 -feet and the maximum termination depth for straight shaft drilled piers is 38 -feet. Resistance to uplift can be calculated by taking 60 -percent of the axial skin friction capacity of a deep foundations. 12of19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas Straight shaft drilled piers should be spaced no closer than three diameters apart measured center to center. Underreamed drilled piers should be spaced a minimum of 2 diameters of the largest adjacent belled portion of the underreamed drilled pier measured center to center. Drilled piers at this site should be adequately reinforced with a minimum of 1 -percent of the cross-sectional area of the pier shaft throughout the depth of the pier to withstand uplift forces. Grade beams spanning between piers should be structurally connected to the piers. A structural slab should be utilized in conjunction with drilled piers. Slab -on -Grade Foundation Recommendations A monolithic stiffened grid type beam and slab -on -grade foundation is feasible to support the proposed structure planned for construction at this site provided the recommended site improvements in the "PVR Discussion" and "Site Preparation" sections of this report are performed. It should be noted that rigid exterior walls and interior partitions are subject to distress with the slightest soil related foundation movements, even differential movements as small as 1 -inch. Interior and exterior grade beams should be founded within properly compacted select fill at a minimum depth of 2 or 2'/2 -feet, respectively, below the finished floor slab elevation. Interior and exterior grade beams founded as recommended above can be designed for a net allowable unit soil bearing pressure of 2,000 psf. The net allowable unit soil bearing pressure provided utilizes a safety factor of 3.0. Concentrated loads should be placed at widened footing locations, at intersection of grade beams or where haunches can be constructed if loading conditions warrant increased bearing area. The beams should be a minimum of 12 -inches wide to reduce the potential for localized shear failure and the beams should be spaced a maximum of 17 -feet apart, in both directions. The Structural Engineer may vary beam depths and spacing based on experience designing and constructing similar type structures on sites with similar subsurface soil conditions. The "Design of Slab -On -Ground Foundations," published by the Wire Reinforcement Institute, Inc. (Aug., 1981), utilizes the design criteria provided in the table below: WRI Design Criteria Table Climatic Rating (Cw) 17 Effective Plasticity Index 31 Soil/Climatic Rating Factor (1-C) 0.16 Maximum Beam Spacing In Both Directions (ft) 17 13 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas WRI slab design criteria provided above takes into account that a minimum of 61/2 -feet of the existing soils, organics and other deleterious materials are removed from the building site and extending out a minimum of 5 -feet outside the footprint of the proposed structure, including all appurtenances, the exposed p subgrade soils are moisture conditioned and compacted and a minimum of 71/2 - feet of properly compacted non -expansive select fill soils are placed into the excavation to achieve a finished concrete floor slab elevation at least 11/2 -feet above the average existing grade at the site in order to reduce the PVR to approximately 1 -inch. A soil supported slab is subject to vertical movements, as discussed earlier in this report. Even slight differential movements on the order of 1 -inch can cause distress to interior wall partitions and rigid exterior walls or facades supported by a shallow slab - on -grade foundation, resulting in cosmetic damage. This amount of movement should be understood and addressed during the design phase of the proposed structure planned for construction at this site. SITE IMPROVEMENT METHODS Concrete Flatwork Construction Considerations The change in moisture content of the plastic clay soils is the primary mechanism resulting in the volumetric changes of the supporting soils. Provisions in the site development should be made in order to maintain relatively uniform moisture contents of the supporting soils. A number of measures may be used to attain a reduction in subsoil moisture content variations, thus reducing the soil's shrink/swell volume change potential. Some of these measures are outlined below: • During construction, positive drainage schemes should be implemented to prevent ponding of water on the subgrade. • Positive drainage should be maintained around the structure and flatwork through roof/gutter systems connected to piping or directed to paved surfaces, transmitting water away from the foundation perimeter and flatwork. In addition, positive grades sloping away from the foundation and flatwork should be designed and implemented. We recommend that effective site drainage plans be devised by others prior to commencement of construction to provide positive drainage away from the site improvements and off the site, both during, and after construction. • The top 2 -feet of utility trenches should be backfilled with low plasticity clays to assure the trenches do not serve as aqueducts that could transport water beneath the structure and flatwork due to excessive surface water infiltration. 14 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas • Vegetation placed in landscape beds that are adjacent to the structure and flatwork should be limited to plants and shrubs that will not exceed a mature height of 3 -feet. Large bushes and trees should be planted away from the slab foundations and flatwork at a distance that will exceed their full mature height and canopy width. • Individual concrete panels of concrete sitework should be dowelled together to minimize trip hazards as a result of differential movements within the flatwork. • All efforts should be made to avoid having situations where site flatwork panels are partially supported on properly compacted select fill soils and partially supported on natural in-situ highly plastic soils which will result in differential movement and may also result in a negative slope back to the building causing ponding of water next to the structures. • Pavements should be designed to drain quickly with a minimum positive slope of 1 -percent. Planter islands should incorporate a 12 -inch clay cap at the surface and the curbs should be designed to prevent moisture from entering the pavement base materials. • In areas where flatwork is planned for construction and extending 5 -feet outside the plan area of the flatwork, all surface organics and deleterious materials shall be removed, the upper 12 -inches of exposed subgrade soils should be scarified, moisture conditioned to a minimum of 2 -percent above the optimum moisture content and then compacted to at least 90 -percent and not more than 95 -percent of the maximum dry density as determined by the standard Proctor test (ASTM D698). This does not apply to flatwork supporting car or truck traffic. All project features beyond the scope of those discussed above should be planned and designed similarly to attain a region of relatively uniform moisture content within the foundation and flatwork areas. Poor drainage schemes are generally the primary cause of foundation and flatwork problems on clay soils. 15 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas CONSTRUCTION CONSIDERATIONS Drilled, Cast -in -Place, Pier Construction Considerations Based on observations made in the field, it appears as if temporary steel casing will be required to install straight shaft drilled piers at this site to depths greater than approximately 16 -feet. Temporary steel casing will require a competent clay stratum to seal the casing. A consistent competent clay stratum exists from the ground surface to 23 -foot depth and from approximately 37 -feet to the boring termination depth of 411/2 - feet. The use of temporary steel casing may be required throughout the depth of straight shaft drilled piers during installation. The cost of temporary steel casing and the possible need to overdrive the casing, should be included by the drilled pier contractor as a unit price per linear foot of pier installation in the event it is required at this site to successfully install straight shaft drilled piers. Concrete should be readily available on the site and should be placed as soon as possible after all loose material has been removed, the pier excavation inspected and reinforcing steel installed. A relatively high slump concrete mix (6 to 7 -inches) is suggested to minimize aggregate segregation caused by the reinforcing steel. Free fall of concrete into the pier excavation is permitted provided the concrete can be placed into the pier excavation without striking the sides of the excavation or hitting the rebar. It should be noted that research has shown that free fall concrete guided at the top of the excavation to avoid contact with the sides of the pier excavation and reinforcing steel can drop more than 80 -feet without any measurable segregation and the strength of the concrete was not adversely affected as long as the concrete was falling through air. In situations where it is impossible for the concrete to fall freely without striking the rebar cage or sides of the pier excavation the free fall should be limited to 10 -feet, or placed with a tremie. Pier excavations should not be allowed to stay open overnight. The success of a drilled pier foundation system is highly dependent upon the expertise of the drilled pier foundation contractor and upon the expedient placement of concrete. A test pier excavation should be performed at the site prior to drilling production piers to verify the drilling subcontractor's construction methods and to identify any potential installation problems. The RETL Geotechnical Engineer, or his designated representative, should be present to witness the installation of all the drilled piers, including the test pier excavations. 16 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 Site Preparation GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas In areas where a soil -supported slab is to be constructed, soil, vegetation and all loose or excessively organic materials shall be removed to a minimum depth of 61A -feet below the ground surface. The excavation should extend a minimum distance of 5 -feet outside the perimeter of the proposed structure and any appurtenances (including porches, attached sidewalks, stoops, etc.) at the bottom of the 61/2 -foot deep excavation. The upper 1 -foot of exposed subgrade soil shall be compacted to a minimum density of 95 - percent of the maximum dry density as determined by the standard Proctor (ASTM D698) and at, or above, the optimum moisture content. If any soft areas are identified, the soils should be removed and recompacted in place. Upon completion of the subgrade preparations, a minimum of 71/2 -feet of properly compacted non -expansive select fill soils shall be placed in the excavation in order to achieve the desired finished concrete floor slab elevation a minimum of 11/2 -feet above the average existing grade at the site during the time of our field investigation. Select fill shall be placed in such a manner to provide a uniform select fill pad thickness supporting the proposed structure. Excavation of grade beams may proceed after placement of the select fill is complete. Select Fill Imported select fill material used at this site shall be homogenous, free from organics, and clay balls, and other deleterious materials and shall have a maximum liquid limit of 40 -percent and a plasticity index (P1) between 7 and 18. The select fill soils shall have a minimum of 35 -percent passing the #200 sieve and no soil particles exceeding 11/2 - inches will be permitted. The fill shall be placed in no greater than 8 -inch thick loose lifts and compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and at, or above, the optimum moisture content. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils at the foundation bearing level if the excavation remains open for long periods of time. Therefore, it is recommended that the foundation excavation be extended to final grade and the foundation be constructed as soon as possible to minimize potential damage to the bearing soils. The foundation bearing level should be free of loose soil, ponded water or debris and should be observed prior to concreting by the Geotechnical Engineer, or his designated representative. Foundation concrete should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed and be replaced with properly compacted soils or base material as directed by the Geotechnical Engineer. 17 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas The Geotechnical Engineer, or his designated representative, should monitor subgrade g preparation. As a guideline, density tests should be performed on the exposed subgrade soils and each subsequent lift of compacted select fill soils at a rate of one test per 3,000 square feet or a minimum of three in-place nuclear tests per testing interval, whichever is greater. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Vapor Retarder A vapor retarder, with a permeance of Tess than 0.3 US perms (ASTM E96), should be placed under the concrete floor slab on the subgrade or carton forms to reduce the transmission of water vapor from the supporting soil through the concrete slab and to function as a slip sheet to reduce subgrade drag friction. Polyethylene film, or polyolefin, with a minimum thickness of 10 mils (0.25 mm) is typically used for reduced vapor transmission and durability during and after its installation. The vapor retarder should be installed according to "Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slab, (ASTM E1643)." All penetrations through the vapor retarder should be sealed to ensure its integrity. The vapor retarder should be taped around all openings to ensure the effectiveness of the barrier. Grade stakes should not be driven through the barrier and care should be taken to avoid punctures during reinforcement and concrete placement. Placement of slab concrete directly on the vapor retarder increases the risks of surface dusting, blistering and slab curling making good concrete practice critical. A low water to cement ratio concrete mix design, combined with proper and adequate curing procedures, will help ensure a good quality slab. Where vapor transmission is not a concern, elimination of the vapor retarder may provide improvements in finishing characteristics and reductions in the risks of surface dusting, blistering and slab curling. However, exposure of portions of the subgrade or granular layer such as at blockouts for columns or utility penetrations, to inclement weather during construction, may create excessive or deficient moisture conditions beneath portions of the slab that have already been placed. Blockouts for slab penetrations should be protected if a vapor retarder is omitted. ACI 302.1 R-96, "Guide for Concrete Floor and Slab Construction," recommends that a vapor retarder or vapor barrier be used only when required by the specific application. Utilities Utilities that project through a slab should be designed with either some degree of flexibility, or with sleeves, in order to prevent damage to these lines should vertical movement occur. 18 of 19 February 16, 2016 Attn: Mr. Jeff Coym, P.E., Principal RETL Job No.: G116105 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Greenwood Dr. and Saratoga Blvd Corpus Christi, Texas Expansion Joints Expansion joints should be designed and placed in various portions of the structures. Properly planned placement of these joints will assist in controlling the degree and location of material cracking that normally occurs due to material shrinkage, thermal affects, soil movements and other related structural conditions. GENERAL COMMENTS If significant changes are made in the character or location of the proposed project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of RETL be engaged to test and evaluate the soils in the foundation excavation prior to concreting in order to verify that the bearing soils are consistent with those encountered in the borings. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the foundation if not engaged to also provide construction observation and testing for this project. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 19 of 19 APPENDIX • GEOTECHNICAL ENGINEERING ' CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE BORING LOCATION PLAN February 16, 2016 GREENWOOD WWTP ODOR CONTROL UNIT (E10047) Attn: Mr. Jeff Coym, P.E., Principal Greenwood Dr. and Saratoga Blvd RETL Job No.: G116105 Corpus Christi, Texas ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI. TEXAS 78409-1703 10856 VANDALE ST. SAN ANTONIO TEXAS 7 821 6-362 5 OFFICE: (361) 883-4555 • FAX: (361) 883-4711 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 No.1 ROUNDVILLE LANE • ROUND ROCK, TEXAS 78664 OFFICE: (512) 284-8022 • FAX: (512) 284-7764 LOG OF BORING B-1 Rock Engineering & Testing Laboratory 6817 Leopard Street Corpus Christi, TX 78409-1703 Telephone: 361-883-4555 Fax: 361-883-4711 (o 0 z 0 m o� 0 0 J • •,: 5 - 10 - 15 - 20 - 25 - 30 - 35 - 40 - SH S-1 SH S-2 SH S-3 SH S-4 SH S-5 SH S-6 SH S-7 SS S-8 SS S-9 W J 2 \cn/ SS S-10 SH S-11 SH S-12 1 1 1 1 1 P= 1.5 P= 4.5+ P= 3.0 P= 3.5 P= 4.0 P= 3.5 P= 4.5+ MOISTURE CONTENT (%) 28 24 26 24 22 29 29 LABORATORY DATA ATTERB LIMIT ERG S r 'LIQUID LIMIT 71 74 64 PLASTIC LIMIT PL 23 23 23 x w z U a PI 48 51 41 101 94 97 w co _LI- Ul 0 co o_ W Z p I- O U to 5.9 1.7 1.7 MINUS NO. 200 SIEVE (%) 80 85 83 93 SHEET 1 of 1 CLIENT: Coym, Rehmet & Gutierrez, L.P. PROJECT: Greenwood WWTP Odor Control Unit LOCATION: Greenwood Drive; Corpus Christi, Texas NUMBER: G116105 DATE(S) DRILLED: 1/14/16 - 1/14/16 DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered at a depth of 23 -feet during drilling. GW at 16 -feet and Caved at 18 -feet upon completion. 24 -Hour Delayed Readings: GW at 16% -feet and Caved at 171/2 -feet. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM FAT CLAY, dark gray, moist, stiff. (CH) Same as above, hard. Same as above, very stiff. (CH) FAT CLAY, brown, moist, very stiff. Same as above. (CH) Same as above, stiff. FAT CLAY, brown, moist, very stiff. R N= 7 N= 25 N= 36 23 24 23 38 CLAYEY SAND, brown, moist, firm. SILTY SAND, brown, moist, medium. Same as above, dense. IP= 4.5+ P= 4.5+ 24 29 98 1.6 93 FAT CLAY, brown, moist, very stiff. Same as above, hard. Boring was terminated at a depth of 41 %-feet. N - STANDARD PENETRATION TEST RESISTANCE Qc - STATIC CONE PENETROMETER TEST INDEX P - POCKET PENETROMETER RESISTANCE REMARKS: Boring depth and location were determined by RETL. Drilling operations were performed by RETL at GPS Coordinates N 27.72076° W 97.45728°. ♦I'c' $ r� Rock Engineering & Testing Laboratory G♦�� 6817 Leopard Street *1 , do Engineering & Testing Laboratory,Torpus Christi, TX 78409-1703 �0C �oInc. Telephone: 361 883-4555 �eo,� Fax: 361-883-4711 KEY TO SOIL CLASSIFICATION AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM TERMS CHARACTERIZING SOIL STRUCTURE MAJOR DIVISIONS SYMBOL NAME GW m .1. • ' Well Graded Gravels or Gravel -Sand mixtures, little or no fines SLICKENSIDED - having inclined planes of weakness that are slick and glossy in appearance FISSURED - containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical LAMINATED (VARVED) - composed of thin layers rs'1+ of varying color and texture, usually grading from sand or silt at the bottom to clay at the top CRUMBLY - cohesive soils which break into small blocks or crumbs on drying CALCAREOUS - containing appreciable quantities of calcium carbonate, generally nodular WELL GRADED - having wide range in grain sizes and substantial amounts of all intermediate particle sizes POORLY GRADED - predominantly of one grain graded)sizeuniformly graded) or having a range of sizes with some intermediate size missing (gap or skip GRAVEL AND GP .4 ° (\° o p1 Poorly Graded Gravels or Gravel -Sand mixtures, little or no fines GRAVELLY SOILS GM ;111"1 oI Silty Gravels, Gravel -Sand -Silt mixtures COARSE GRAINED4. GC , off% i Clayey Gravels, Gravel -Sand -Clay Mixtures SOILS SW °°°° o°000000 °°°°°°°° •°°°° Well Graded Sands or Gravelly Sands, little or no fines SAND AND SP , , • .• . .. Poorly Graded Sands or Gravelly Sands, little or no fines SANDY SOILS SM .:•••••••• . Silty Sands, Sand -Silt Mixtures .. SC Clayey Sands, Sand -Clay mixtures ML Inorganic Silts and very fine Sands, Rock Flour, Silty or Clayey fine Sands or Clayey Silts SILTS AND CLAYS LL < 50 CL Inorganic Clays of low to medium plasticity, Gravelly Clays, Sandy Clays, Silty Clays, Lean Clays SYMBOLS FOR TEST DATA -E. Groundwater Level - (Initial Reading) 1 — Groundwater Level - (Final Reading) — Shelby Tube Sample 1 — SPT Samples I I — Auger Sample — Rock Core I FINE GRAINED OL Organic Silts and Organic Silt -Clays of low plasticity SOILS Inorganic Silts, Micaceous or Diatomaceous fine Sandy or Silty soils, Elastic Silts SILTS AND CLAYS LL > 50 CH Inorganic Clays of high plasticity, Fat Clays OH j `w Organic Clays of medium to high plasticity, Organic Silts HIGHLY ORGANIC SOILS PT \() ,, 0otherOrganic ,� — Peat and Highly ils so TERMS DESCRIBING CONSISTENCY OF SOIL COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS/FT. STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS/FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER SQ. FT. Very Loose Loose Medium Dense Very Dense 0 - 4 4 - 10 10-30 30 - 50 over 50 Very Soft Soft Firm Stiff Very Stiff Hard < 2 2 - 4 4-8 8 -15 15 - 30 over 30 < 0.25 0.25 - 0.50 0.50-1.00 1.00 - 2.00 2.00 - 4.00 over 4.00 Field Classification for "Consistency" is determined with a 0.25" diameter penetrometer PROJECT LOCATION GREENWOOD WWTP14 tom 1 g a /lam. • p M ' c A : I' l +� O } --------1 --0 F' �.; f Y xF y T'I� 1 n US 1Y Tj [QRM Rom� \ Y O 0~ a q Y lav E43' aR nl y} MOlif • 7 =DM m Z,® 0 X ii 0 MM XE lerilM 17 i X Z 2 e i # 0 0 * c. m ..,,. ,„ r i T ,ten � m M� 10 Q ,'� ��,' 7-- id ' g%bF '1 X rri i4. 5�" g ag.z mw K m 0 —1 Z � ' 4447. `a° u5 �Di CDU Nq M.gpR� THE LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344 CALL BEFORE YOU *Ti v ! 044 PARTICLPANTS REOi Yurilogims 48 HOURS NOTICE BEFOR DRILL, OR BLAST - STOF KnSW whirs below. 1 1 Cal! Wereyou dig o� y� CUFF F.R FOR `/� ��� EICTION:524/ Director of Engineering Services Dote 4"4-4200 xr 1 u N o..-4 m w. w N .. i 14, 111111111111!1 li 55im,k1V.Iimg1 ! 3 ! i l %I ,ti i R .,t I 2 g REVISION NO. DATE FY DESCRIPTION REVISION NO. NUE 8Y OESCRIPmm CITY PROTECT / F100471 SHEET 1 of 15 RECORD DRANNNG NO. STL 214 GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS Cllr of CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services tf 1. ,,:6;, MIRO I tg 2 rcRr' Rehmet 6re B" hb, TITLE SHEET 5AL6_ V - i V Carps arta Tenss0lbiI1 a 'aq1ap clan Fax es ��//,, i OL 1 11 HO 2J31VM L D r m GAd 08 HOS AREA AND MATERIALS PROPOSED FOR DEMOLITION 3NIl 0334 2I31VM „Z OAd 08 HOS 3NI1 NIV2JG „t OAd 0060 9 LNG W N OZ m> rZr A O n A 2 < m0 A rn z -4_<z (/),7jm >Om O p D r z o c mom moo mc_ D N D 70 0 { 0 o D0 D m r A m ow C 0 rnW m rn 0 70 wm m C Om zo 2 m m rn 0 0 4N Dm 313210N00 03S0d02Jd 3132J0N00 DNIISIX3 H2JOM 1Gn0 "8 L to 0 D cm -01 m O 70r D 0 m m A O m 0 rn O C > O "' 2 A rn D_CO c p O z0 fl ,rn 0 70 D mCW D Dom 0 Z z 2zr C r D M-4 u)0 � m Z 0 m D 0 -A M C 2 M m0 r 0 ESAm V; m 0z 100 02 m mm O m ZX • M A m rn rn 70 - 1-9 ON - I-1 S rn 3NI1 NIV210 „ OAd 09 HOS 0 0 0 0 K c 0 r z rn 3NIl NIV2710/631VM I1 I01S P M -i m A D r :311103HOS 1VIN31VIN 3dld r r z Z z z 2J3M3S ALIVIINVS 3N11 'M'0'2J 2l0 ,12i3d02Jd 0 0 3NOHd3131 GV3H2i3A0 0 2 m 2J3MOd 0V3H2I3A0 x x 0 D z r z z m m z 0 m NOIIVA313 ONIISIX3 8118HS HO HSnS co X 7 D OO 2 m 01 10 2 1 8 X -4 55 m S 70 m 0 co ;v 0 0 V) A O D T. O m p :0 0 C m.<770)01-- no_ (j D p 70 m S co P10-o-rn%rn H 55 O_°Z z Z r 0 5 -4 z0 CZ ZO CX m M -I 0 U {a PDM D--1 AOr-i A DD -I rm< rmwA 00 =V)(' IS 1>D70Z Dm0(D7 -DID m*W C OOO mowcz r.r 1Z!)DD -40-Dw2ZD0, I j 0p1 P1 Om0-00 = po�� „ooDZ co rn 2: c000(13zww Orn000 vim -INZD-Imm 01z O2 w2±m0-1N200 S m mO-OCM- rnZZ MX 27_1 -I MO -0-1 7005 Opr'1Cz�O�r= *=1 Azrw=1 rTI CD0 ri no ozr r•,r0m-j 20 0rnr DD wA O O 70 0 W r W D m Z y (nm00rnc=0<�V) m0 m r2=1z� C7 73 c rm r 0 (STI rn *Z 0 El -10P-iom0m =I 0mC-i0 c131=Zm1r Sp ?C*.4. 1 DD(no00 p c -i0>-<-0 S m D -r rK-O-I zOZ0o0 -Z-c-1 o>ZOx-WAW mm a:4 v �N'<mD zow w (m,)r..1*lmo`n0 z m (n0 r zKI0 Omm O 0- 70z 17) Z 0 J 31OHNVII ,1HVIINVS MO MO mac) ,(nr�5Z x 2 1 0 0 rn 70 070cocZX-4D °> 0-1m>0° O Wp1070 CnD6_4ADrn CO 70 rn S ())5rnZ DDr f11 132 w co t Ng r v00 c m m 70 z m z 0 m Z 909L -938—L92 CONCRETE: (UNCONFINED COMPRESSION, 7, 14 & 28 DAY) CONCRETE SLAB/FOUNDATION SELECT FILL: SIEVE ANALYSIS ATTERBURG LIMITS SOILS: STANDARD PROCTOR — TRENCH AND STRUCTURE BACKFILL, SELECT FILL STANDARD PROCTOR — SUBGRADE DENSITIES — TRENCH BACKFILL DENSITIES — SUBGRADE (SLAB) DENSITIES — SELECT FILL DESCRIPTION PER EACH PER JOB PER JOB PER MATERIAL CHANGE PER MATERIAL CHANGE PER 6" LIFT PER 20 LF TRENCH PER 20 SY PER 6" LIFT RATE I E. ELECTRICAL D2 INSTALLATION, ANCHORING & START—UP OF BIOTRICKLING FILTER W/BLOWERSI L.S. 01 N WO a _. EST. QUANTITY co m -1 1 1 0_71 m rn W p vowrzi 0 � N c m m�1-r a O 0 01 .. _ - z CP 0 :3 110]H39 S2ifOH 9t S310N3OV NO'S OI.J.JVHl 0 310d H3MOd 310d IHOI1 )( IELECI X08 1V0I2i10313 S�A(13Zrn 0Am-I m m O m 70 m Or m 0 Z O N Dm -1_C<_ P2 D D W 70 0 -I Z D n m m 2 Z0rn2-10rn- 0 70 0 A Z mK m0-1-1 O m -DOS m m-Imrmrn0 m m r o 2 o rzornN vi i123 70 2mHEmmm C � m> z v mO-o 00Z O rn m* m 70 n Err'X m O m m70(-100 z>0 m, 0 C 0 -to cr10> rCZr-IZD N :cJ-< C O rn Z V)270 0m 0-1OOZ2 -0 Z 000-0• -(o mn?Z C2 WpZ171 rz 0z0cn -I* W _ (>1.; (13 0 m Z O m V) r C C -I -1 -4 -1 -I -A V) cn co V) 70 70 A m m < m r r 0 0 C r N m co Z 113 Z r 0 0 0 < A M m -I m K 0 Z r W m y K K m 2 m W K 0 S S * i g o g c c -I -1 -I -I -A -A co cn cn m 01 A A A m m Q10 rn 0p rn 0p FI R WI m m i Tm-I m m 1 z z r0 Om zE n z 70 70 .-(rl A A C 0 C) 0 S OA X -I p 2.3 O rn m z 73 DOHOZ2Ao V) V) V) ZA>7'< rI<�00 <mmzmOOzG)c)c)m�m m =7000 rn A 70 m 0 0 2 Z>> m W A m Z 0 0 o 0r -I me m r -r W nD A o ZZ m m mly 90 =Zy�2 D mr A.TOrr)1 2 70 K r Mc S O D m m 05> z rn 0 W -I Drm m �zm A NOI1V001 310H3H08 ISOd/0HVT108 70mm D=1 m X A r E: (7.50rv) m -I L 7_Zn-1-1 0G7--irm D-CImm0 Zr-OWO 0_ImD� o 0>0> n Mo0 A M-0 V1 Z < 0 m m -1z2w 2 r l 0 m 0 0 C D rn 70 0 W - Wcun_4 W Am-C --1rc70 rn 0o m z 23 Z z 0 m yz{Om 00>OZ A = K A 0 r o Z m rm>�0 CO -4M-1 M 710 -1 0 rn D co O N 2 1 A m- 2 : 10* mr2*1- 2 O 2 O m -ICA OCoMOD 2 Z O Xp X_ rl D (n OD Or <- Z m w m D c 0mci2, (n rn 1:;?:: 5-10R. zD Z 0Z <m 0D0 p P < z C^AD M z m p> 0 m = O -4MWm I° m r m O 00m 00m0mN-4 OOD OOA00-=I2 z P1r 13 z0�70 mr*I -A X) m -r- r co co rn C O rn D C M -D 0 0 0 0 -Io Z Z GZj CM Z0�0 mA 2« 000 7070 OM 70� Oz O > W02Im rn o r m ? m o m Z M P1�7 C rn coomi orn0>OA z 0 Zmm0 =r m W m A J m m W m 0 m -0 Z 7:1M 70(00-0z Zrly) 2(130 <> =00 rmfT7oz< 17 7>n73 m Z < m 0 m dor-mow V)om'D I < rC2 A N Dm00Wr II c om O N Z N 0 n 0> N MO V) Z o ° S 0Art Am (n P rnrn ;4 R rn • o m •-° mm m mmOm -Tal -973-0)m r O 01 -477m -D -1<70m W7 OS < * Z D 0 W < rn m m 0‹ Z 5 2 2 0 rc-r<*70<OZON x0*mmWr<,l M D c 0 r O c D z7m n> (n rn z z r m 0O Z c 0) WbON 1n0 OC)Ommmrnrn mmrn00 Wco -00 co D A -o g: m2m< 0000 CO g:rcnr-nmmmr g W A p 0 D O m o 0 0 0 0 m 0 m m rn m 1IVHGO iVnO 0 0 m -n rn m rn rn m m rn 0 O W co `L m O CO D Go iDil c) m N� 0 m 0 m n 2 Z up FC-- o m D m� 0 o Z ro K 2 W 0= 0 0 0 0 0 D C 0 0 m z Z o c C 23 .11-1 r ?..° 0 0 (1.4; r 0 D D 4 0 rn m-� rn O< 701 O m co �7) %c1 m m no > mAmz 0• 73 m C m P01 m C 70 m D X P1 m 70 0 c) y 0 ^z Co0 -C C ti m - z Mn 0 C C 1 H cn V) m Z m r 2 P1 D Z 0 --1 -i<000D_ 70 m A Z A z › 72OD m 2 23 -< MK 2 0 2 0 Z m Z A (= mo - 0 c Z o 0 7 m A O m rn M-4 nm m DO x O Z C C -1 V) V) -u gs r m rn 0 C7 CO (o r1 0 m D Z C<,) 2 m r r 113 r r (O W (1300 21>0 MHO mIZO z O AAA O z 0 A m m� N O W S m0 E0z700 D C A rm m A Amo • zNz n -o 0 rK m fo-0 m 0 o FA rn rn m� Or rOOD 01 SmX oz r20 Zc1N W OV) m0) 0 c 0 -o 0 < 00- 02)-4 O -I 70 NN zw 10 fl 1 A O c m c m A o m -01 CZ,) U7 0 0 Z m O (o az x m D rn z A ZO0 �r OXD Z (13 { o Li Z)->1 0 z nAm c -100 MC m OtnN 1 -4 O Z D D 0 r r m 0mm v) P1 A rn Z mD M 0 Zm M0z om 0 m C I r- 0 r4 om (n o (cm O z 9) U) Z D 0 O R D 0 pmo C SA m m -CD riOr - Wm *2j om mw m0 V) D W c m co O0 O A Z mm 0 0 O ‹z mz A 0 N 23 rn D P1 m P1 z z -i z CD CMX2IIC2OMO 09,0 rn r A D z` .Z7 Cr (1)� ZZ -1 00PTi.T27 m700Dm00A V)> D p D 0 0 zH 11-1 -•n D A 0 W O O Om < D O 10r0 z00 0m m (n (02 int -)co D ZD m -Dim r70l mct O >TP1 S m -0 0 OIL D z Z mW 20OZWA X10113-zj0A Tc-Im mw 23 C2 -<OD >0,0 I -r Z-7 �0rr1 2mr D1nN0�D0 02oZ�<o� 0z2j00_lz 200-4 LA0 rc AZ070m02 0� 0 -4 c) m-rnrnzr- orT _Nz xrnr r__ <00m K-170 mz-70OCz"m�7 00 0Omz r1m 0 /)0 D W r N z Z Z mf02 C p AC z r 00 o m 0 70 o 9) m-100M Z O r r 0 rzil z o-1 ZZ VW >>r r Z 0 N m i N o2m 70 23l110 X0 m m0 m-1 W mM 00* 70 V! r N O r D Z Wzc moz D m p Z O DM z m r m 113 N m CO m J m O) m W m -P m W I E2 IMOTOR CONTROL CENTER BREAKER & BUCKET EA. m0 I E. ELECTRICAL D2 INSTALLATION, ANCHORING & START—UP OF BIOTRICKLING FILTER W/BLOWERSI L.S. -. D. BIOTRICKLING FILTER INSTALLATION C3 0 N 0 -• C. STRUCTURAL FOUNDATION W N W - W O W co 88 I W J CO G) CO (n W ? I B3 CO N CO a B. UTILITY IMPROVEMENTS 9V > U) 1 A4 1 D W ITEM DESCRIPTION UNIT QTY. A. GENERAL CONDITIONS & SITE PREPARATION Al MOBILIZATION L.S. 1 A2 EXPLORATORY EXCAVATIONS L.S. 1 MISC. ELECTRICAL, SUPPORTS, GROUNDING L.S. NEMA 4x JUNCTION BOX EA. #12 THWN COPPER 600V L.F. 1" FLEX CONDUIT L.F. 1" ALUM. CONDUIT L.F. 1" PVC CONDUIT L.F. ELECTRICAL DEMOLITION L.S. UNLOADING OF BIOTRICKLING FILTER W/BLOWERS L.S. 6" REINFORCED CONCRETE FOUNDATION COMPACTED SELECT FILL BACKFILL COMPACT EXIST. SUBGRADE 2" PVC WATER LINE TIE—IN TO EXIST. 8" PVC PIPE 4" PVC DRAIN TIE—IN TO EXIST. MANHOLE 8" PVC DRAIN TIE—IN TO EXIST. PIPE 18" PVC DUCT TIE—IN TO EXIST. DUCT 1" U—PIPE CONNECTION 2" U—PIPE CONNECTION 4" U—PIPE CONNECTION 1" SCH 80 PVC PIPING W/FITTINGS 2" SCH 80 PVC WATER FEED PIPING W/FITTINGS 4" SCH 80 PVC DRAIN PIPING W/FITTINGS 8" DR18 C900 PVC DRAIN PIPING W/FITTINGS 18" GF HARVEL PVC DUCT PIPING W/FITTINGS ALLOWANCE FOR UNANTICIPATED ADJUSTMENTS CLEAR AND EXCAVATE AREA FOR PROPOSED CONCRETE FOUNDATION DEMOLITION OF EXIST. PIPES, DUCTS & BLOWERS TRAFFIC CONTROL MEASURES CO 7( 0 7( CO ;C DDD D D m r r r? r r r V) 0 7< r co E t0 1200 OLI 120 I rn o o o (' 2 (' 01 0 o) 0 rn 0 rn 0 40 I L (J) 0D73 cn Zcn m C r r rn 55 o 00�Z o_ O o 9 737 D10W >00 m D D rr D r r r W D z 0 O 7m c<m �m Zgl =Wr `500 z m A oC V) C) ✓ - ow m'O >00 207 0 Z 0 TM1 m 0 A -i -TAO 91 D Z D 00 0 cz 2 0 m 70 z vi v) J• r 2 O I 2 • m MW 05 70 23 M- - 0 0 A Mr WZ MO m <m Rl ;0 UNDER THE SUPERVISION OF THE D Z 2 0 m W 133A HV3NI1 m r 0 r z Ur) 130003 MOCO O Z =0 m 0 ( m 20 0 m A m O OK z cm 00 0 O m O m r 2 z <z_ 0 O > Z e_ O z X D O co D zE A Fr V) cn Z D mrO oz r 0000 0=170 On>m700 Dmo Co -000z -Cm0 X A O Z 0 A =1 0 � O Z 1Nr W MCD MM -125 -D -10r c> m o 0 < H- D z 0 D =IOz rn r- rn 0OOz K• > �� ym.70�0 Do Z-IDNS�O orn 0_,, N070 mr DOW>PI7 OD _{ 0 m°m(oZ CO ?cAAma S z0p ,0000c13 Dm 2 m O S O z 0 2 rn 70-im ODD SX- -A pr m� 002 0W 0 2 2 Li Z m m rn o A -00orn1 -p W N (COYM, REHMET & GUTIERREZ r r- REINFORCING STEEL TO BE GRADE Or O 70 m O V) W Z W (n °)m°)73 (0Z NN°c V) I 1 0 W I rn 1 0 mr 0-' ) r o U) P 0v m O N m Z 03 OF THE FOLLOWING ENTITIES FOR DELIVERY OF THE D r r 'SANG 83 1V 'NIW z 0 < (13 00 D N0-1 O c>, rl D -nr2WA 0 F-0 W coo 2 23723P123 rn (132 Dr HrC z Jmco m> 0 ?I m Z A C wm zH�mz - COA 11 oNW - r<) rn Wo I MO V)AD W C Z m c mzp0 70rpm (000 m 70 zo00 70 mcoO D _< O -4-1 m Sm m 00 W OMO 010 < rn z mO3 Om -4 mm0 m c Z m ▪ 0� A _ rn z_10 S 0-0 m D (Z 0a° D0 Z Z Z7 0 2 z01 - SS S D m rn(0,1 Co -1632P -1210)0 x00 omo m N 0 room M 1 w 70 0 C{c Z c r -1 z rn oZ O mc �I 70 zm rn p2 2. CONSTRUCT PROPOSED UTILITY LINES. • 70 21 m C O z C O O © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION n '0N ONIM 4210 0210032:1 O 1 cn GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS LEGENDS, ABBREVIATIONS, NOTES, QUANTITIES & TESTING SCHEDULE CITY OF CORPUS CHRISTI 1 TEXAS WASTEWATER Department of Engineering Services J 1/4 Coym, Rehmet tS Gutierrez REngineering , L. P. TBPE Firm Reg. No. F-388 �.�. 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 „/ Phone (361) 991-8550 Fax 993-7569 email: crg@crgei.com �C71-•• cP�E O.F TF -I Li, JEFFREY C. COYM 1 i 101983 ***41.cENV:,4 fONAI E W:\GADO FAes\20500-20599\20593 Greenwood WWTP\Sheet Set\3 EXIST. SITE PLAN & DEMOLITION PLANdw9, 3/22/2016 12:00:27 PM, jjohnston, 1:1 NMI C 6 cntOr- D w A r un 0 m D -T3O -0 11 -1 >230 (1) cn rD z �°m°o n O rn rn O rn 23Ill -0 D i rn z�D r a 4 O0 O —j c mj?0 - -4- 0 O rn 0 11 O 0 CU AOS O X' N O O p O 0 m� a m 11 (M c 0 0 7.10 rn 0 r- 0 0 z -v r z mss' 9 co o 2 mm -1 rn c rn 0 rn CO a • rn z r 0 rn o AUTOMATIC BACKWASH FILTERS A 71 rn 0 c rn o rn • 0 rri 0 0 rn • o rn Eh • 2 co c o 03 o cn 0 71 o O3NNOOSIO FROM EXIST. ODOR CONTROL co rn Sn • • acCoN az ,001=„t :37HOS CO co co oo 0 oo Co Ng N oo 0 oa co 0 Co co CO co co 0 co Co co Co Co co iS 0 03 Co DI CO CO 017 CO CO CO CO 03 CD 0 on \\\ \\M\ o xi in 0 ca iC ZO oPon -10 ma 131)000 MS 2 MS CO o REVISION NO. DATE BY DESCRIPTION rn rti 'ON ONO NQ 080038 0-1 GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS EXIST. SITE PLAN & DEMOLITION PLAN 3Z C tN5UENT STRUCTURE. COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services Engineering , L. P. 773PE Finn Reg. No. F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 Phone (361) 991-8550 Fax 993-7569 JEFFREY C. COYM N3 CS Z W:\CADD Files \20500-20599\20593 Greenwood WWTP \Sheet Set\4 PROPOSED SITE PLAN.dwg, 3/22/2016 11:30.38 AN, jjohnston, 1:1 mm CO CO N -+ -*(II CB� oN Cr) CO 04CO wog N N PO Z (0 01 0) 0) 43) 43) O cn 0 0 x a 1- 0 0 00 0m >0 Z mn 00 Z o 0m Zrn r r- �o D r d Q n— it X W r 0 m 0) -71rn so r z `ONIH12}0N 'ON W8 NOI1d180S30 'NOIIVA313 QNV 31VC01 0 0 0 73 Z 0 o c- m m m w r D 0 Z N D 0 Z Zl O r c i 0 0 0 m z73 Z v m m O r C rn m < 71 Oz D 9) 0 01 - Io 0 z 0 v 0 -n r m m A SCRIBED SQUARE IN CONCRETE w w 3 WIVWHON38 SO3PO8d (,r N -I C _ -Z m -712 r m Z Z w (!)V) D �D �0 O OZ z0 zO- 0 _I Z z rnD w I CO 10 O O m :0 —I O O "O Osco m Z rnm x m o 7D O Ny w T100 rn z� • =D S Dm t� OJ rn O m(/) w C uXi o D 0 co DD 0m --.1 0 rn O DOJ U1 0 0 m N �J rnw - r1 —1 0 D OJ rn m0 0 C Oco Z 0 Z C z 0 rn 01 N M W E w 0 c 0 0 00 z 0 0 z rn co 01 0 m 0 co 0 0 CO 0 co 01 0 co C 0 'Co C 0 00 a co a Oo 0 0 rtl X !n 0 z n 1n D m 0 1 0 cn m v c cn Co m 0 co 0 v amo 0 m r r z NOILVA313 rnP1z -1Op 1xm x-< ® -1 Mx o O "0 0 X 0 Orr= 171v DO V) � � mt� 0 z o.pw z pxl - Vl0 Cr O(Am E 6 N co v 0 -_I 03 -r-I rn 9" 1 1 /2" �No0*).AY' -0OO D 01 .. -0'O D O —03-I < m m rn 0 0 ZZ fJ0mo D rn O -< -10 > rmt m o c c x3 co 0 0 O O C -1 -A -I Vl v>CO 01 0 02 „ 0 0 - rn ADJUSTABLE PIPE SS PIPE SADDLE SADDLE SUPPORT W/SSU—NUTS & BOLTS 1" r --- -SHRINK GROUT o c cn rx 0 rn� O0 in -11 o 0 M 0 P1 c z X10 xi -13 O v -n 0 m z0 2 0 Co OD CJ F -40 O Ixm x v� ®o 0 7o rrI -N vk O 130 mO oz 0 O -1 A C O D Z O m V) CO 2 0 cOO o m —im r irn 0OA161-� D f 0A�x Z O co cn m � O O (n P m Zo v 1NfOW GINS 2131113018 AVM1AIa0 ONI1SIX3 INFRJENT STRUCTURE HORIZONTAL GRAPHIC SCALE (FEET) CO 0 CO 0) B COPYR GMT 2016 ALL RIGHTS RESERVED REVISION NO DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION L-170013 # 1031102Id .1110 n N '0N ONIMVNO 02100321 Z 0 GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS PROPOSED SITE PLAN CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services RCoym, Rehmet 0 Gutierrez Engineering , L. P. 7BPEFiim Reg. No, F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 JPhone (361) 991-8550 Fax 993-7569 email: crg©crgei.com *' =*1 JEFFREY C. COYM 101983 wi �.q<4CeNS�°,.+ f NAL ..... 3/zzAb W:\CADD Files \20500-20599\20593 Greenwood WWLP\Sheet Set\5 REROUTE EXISTING DRAIN LINESew9, 3/22/2016 11:30:54 AM, jjo)nsfon, 1:1 XX 03 CO N. >cn; N N O 00 01 Co w0$o Ca Ca W 0 18. in N N 9)m W 0 0 • 0 zm 0 0 0 w rn 0 --I m �r z CD ci r 0 ✓ z F9 F9 w z 0 z 0 _ Z NO11:118%3O `N011VA313 r0 m m0 co >z O = Z rn A) 2 w D N 55 m v cn O D A rn Z 0 O Z 0 m w 3 N m z 0 z rn rn A C.1 (0 COco Cn to O Z 0 X) ta 3 O z 0 2 0 m M <-)111 rn lE r CO F= - r- i 0• -1> O D D 2K rn 0 Z Z r p v v Z OO c (1) 0 O Z z 0 m C r 71 CD O Z Dcn 0-4 o NO '1SIX3 :)WflJHON39 1O3POdd co N / m� O Z ® z Zm Z O --0 (• 73r mo m I 2" mz- 0 N -s N m co p m m Z v CO c 0 CO c O a c CJ a 0 a c 0 a a 0 03 0 a a co 0 0 00 cr 0 t c 0 a 0 Co CO c c c a CO c c 0 a 0 0 CO c 0 a c 0 W 0 -4 n 01m27Zm Z o0C0 .D C7Cxo 02<0 0 0) -I r 0 aIr Zm 0 Z 4O CO co co On co CO a co op 7 Q • .T 0 a i in 0 I 70 Z � o 00 T rnr,1 0 --I a) 0 (../)m z C m Z1 :1 rr 0 N 0� m ( 0 z v W r D mm 0 oa oo `z CO I 2 I r MX -' 5-0 -) 0 -sap° CTIMOX bi a 0) _1 :p Co C7 -1m I W w 2 2 M O Z iz z m 0 z M X - II a v N O • cu AZ Z 0m r m� mm D F '9 D D 7 C 03 c� .c 1. -71 0 w 0 m P1 m 0 0 0 m 0 r Z*) O / N • -71 N c 413 m I O VA i r 7 9C9Z = 1A1 Z Z 0 c » 0 r - C7 Z0O zm< x A 0r �O z ;u z rn 0M O m 0 cn O D m-<-< Z 0 crnn DD D v0 D'00s Zr r XO Z O Oz 00 -0 ?7 m.Z7 < 0 -E1m0 71 -1 win my z 00 y00 xi z0 N rA �0Z Zx7 V, ON —•Z = O D T Nar 00c3 -.A : `2-:-4 901 M m OAd 0060 8t HO 38 TIVHS 'NO pm r0 A Z`* 00 1 _ �t� 0 <m -m c (n 5 m 0 o -I w> NO 2 0 Z O Z 0 z -1 r ,LVM3A180 ONIISIX3 GD. 1 2 0 .asI r• cs co < Z v 0 m z z rn I< a \ Piz -0 a 0 Oo rQ MN* co �NC1; N 0 03 m Z v rn . X 0 rn Zt N -4 0 N C9 O N v P /C.7 CN11� Co LO ,- 7 7 Nan rn -n v o8 w v 0 D m Z r Z m MS 9 mzI >'a -40 La D • cn 4u rn Co Nco sa • N • N� bcoo r+rn co �® < mrn0 0Z 0 O MS 8 MS 9 MS 9 D T 9 ININJENT STRUCTURE 7 7 D 7 T 7 _ 0 0 z r r m m m 7 T,D 7 1D 9 D © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0013 # 133!'08d kL/ 'ON ONIMba@ 080038 O GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS REROUTE EXISTING DRAIN LINES CITY OF CORPUS CHRISTI TEXAS WASTEWATER Deportment of Engineering Services 1 \ Coym, Rehmet (6 Gutierrez R Engineering , L. P. TBPE Firm Reg. No. F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 G/ Phone (361) 991-8550 Fax 993-7569 email: crg@crgei.com :14:1i JEFFREY C. COYM• 101983 / /•NAL= �� b .,snee •c w:.� i n: c hi z l - 1 _ l N 4s m 0 z CD 1 03 O 73 0 G) r m NJ i c 0 22 m m w n CD CO mm -0 73• 0 1=mN hoc vr= Z W m 0 n Mo a M zN vzn n= D Z 0 w cn co rn m co N 1r' n D <co m 0 CONNECTIONS ARE SOLVENT WELD UNLESS OTHERWISE SPECIFIED. 0 r 23 D F 0) o o oI 13 X PI 0 0 0 C_ Am m O ...I m N = D mr r n� m D Z 0 Z 171 N m ONV 3Sf1 83LJV Z0,1•Zz cmzc D �n OD Om- (7) N Z C (n -i C :On3 X121 AZv0m O 73 O - Z -°mcg ZmimZDO< OZOrm >cmm co -m0 0z v� cn C- O>— r CO 00 -1 0 D 0 O O -zZ mZ >, o AO • m O c_ O *�0 z =-1 0 o 0 z -11 D n -I z m (n W Im 0 2) CO n ic >z Z 0—I C 0 A D z n 0 m 0 z rn z 0) r r co m m r m 2) m v 0 _ m Z 0 m k D m -0 a r0 zn 022 co rno <m< AZ0N ✓ 4 CO o= Co 0 CD 0 J S mZcn vzn A -1- > DF O 0 �N � SMC m - =7v Mm v <<N a7 n (J) 7100 m03 0 z 0 * >0J m r- 73 m r 0 N m< c0 r m W 0 O O 0 03 O 0 z G) 22 ry c r z m 0)2) m _ m O v rn v n v C 0 0 2C W 0 r Z Z z 0 0) D r 0 m m AND FITTINGS TO BE SCH 80 PVC. 0 D D � 223 0 0 z -n vm zn z "' D rO 0 v O mz m0 xi _1 0 XI D M v v r a0 D 1‘)- CO r m CO COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. 'ON ONIMb210 08003N DATE rn 0 BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION GREENWOOD WW ODOR CONTROL TP EMISSIONS & IMPROVEMENTS SKID MOUNTED FILTER P&P BIOTRI CKLI NG START— UP CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services 2 Coym, Rehmet a Gutierrez Engineering , L. P. TBPE Firm Reg. No. F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 l// Phone (361) 991-8550 Fax 993-7569 email: crg@crgei.com .ii-`\ —';:-OFTF�,1 s*: _*I.1 1 JEFFREY C. COMM 1 101983 °ani %4/CENS;c4ite (ONAi. .. 3/22/16 Vt .p W N) tD > m -i K'00CK mr r 1)m Z0mz> ����ii77 c -0z • c �� Z uj� Dwn OD • 0 >C-Oi01OZ� _{ Z _4m c w--iC in II- 0 I 230DAZi 13 •ZZO Z....�ZD Gn -*cpa-I5 � O r -U rW maC O rn D Z -r1 r- DO< o r Z 0 02 AC> 2 z5 Kz0Wm mZ W m CO ??4 C m> c0 -mo (n * Crn 8Z COr CO m o w`n gg z N z �m zi o c fmrl 0 cOD (12 Com D 0 rr D -<m =-mo - w 0 0 U) MITI-I;Vpm 0 �' r -iZZ ZZ -4 O� co I r m = Z C_Df2270 M 0 .OZC OO > K Z - Z cn (7 D `G_ --1 Z 0 0 m r 20 000 O 0 o 0 r D= z m P V)W m0 m {0 Kr >z ZQ � �m(n •D ZD z 0 0 -0 oz N F. CO 0 m r < Zrn) o O x rn Z O m N in-' gv x.-00 � m0 3 mo SW ND� M M m a M [:131 0(/) 2" SCF CONNEI SEE DE SCH 8C INECTIO DETAI z0 rro0 Z q a Wcn L )P. 2" "ER FE E SHE PVC l N ASSE 3, THI SCH 8C ED LINE ET 4) ili Z0 ^ -DIS x=C� t 0 =rC� CI �`° ^mv� "�� Sao m� m `' mZAN r0 73 0 Z'DN Nr� W *c"'ioo > K� eco= -0mc0� (..1 mm0 a .. O D < W mxr Mcom rN Z0 Co �V0 =mc N W. x{N_ .�Q, O r- N3 0 v) 3 i03 m 0 m0 % m0 r.1�m v-10 II II< D WLL MI xi I m G Co DO ° m 0 110 D x \l` qi s Ci P r^ CD CD '� II ^ a O V / 4 sit. 100AV LF 2" )H 80 PVC 4TER LINE H 80 PVC ECTION ASSI )ETAIL 3, Th 'ROP. 18" I SEE SHEET co Z `+ z v ZX N3C 1 Z _� r M m �13N ooN Z C a 0 M< 0 w * 0: S 7 O x co 0 vm0 - DO A<N I I Z m —i 0 m z 13 X 7 zv r :�o= m co C C � M MZv) n zco o C gmc? EW NORM 090 C Z 0 N i 80 PVC U -PIPE CTION ASSEMBLY, ?AIL 3, THIS SHE 1 , / IV i•,o x r O O 'v < 13 M Ct m 0; ERATION J I- I SCH 80 PVC U -PIPE )NNECTION ASSEMBLY, E DETAIL 3, THIS SHEET 4" DRAIN LINE TO MANN SEE SHEET 4 V a -4. 0 J •PIW 1z ^'- -I Na 4I.- a r R I J ea N •? I W Iv 0 m J f (nD D 0 r r D z m Z� O D N z r 0 O - M O O z,� --I filo o CO (n ril z G7 z m �< DD D n C • � O N l n 1 0 D m Z D' 0 Oz --1I W I II m m _ Z N g M 0 o w E ^ m-• 70 R7 % • -- Z -0_-I p _n D C Co Z 0 r rn� --i _12 A (n r O Z =� zm z m < o Z 0 D 0-- -- m (1) 0 0 H .Z7 -DO rn -0 m xi C7 m CO CO sr aD N W _m Ro a D ii O r Z © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION - REVISION NO. DATE BY DESCRIPTION GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS CITY OF r��f Frgs,�� *:: ;s ' ' 4,1# t JEFFREY C. COMM i i i 6.410198 � ,�i �� .......,-.• °..0. ONAL E`_=' i! ...---'3/ZZ/ib et CONSULTANT'S PROJECT NO. 20593C CORPUS CHRISTI C 1 N R Coym, Rehmet C4 Gutierrez Engineering, L. P. TBPE Firm Reg. No. F-388* 0 DRAWING NO. FL 214 TEXAS WASTEWATER 1 `\\ I \ ("� LI 5656 South Staples, Suite 230 Phone (361) 991-8550 Fax 993-7569 Phone 361Christi, 1-85Texas0 Fax email: crg@crgei.com SKID MOUNTED BIOTRI CKL I NG FILTER P&P NORMAL OPERATION Department of Engineering Services W:\GADO Fees \20500-20599\20593 Greenwood WWTP\Sheet Set \9 BIOTRICKUNG FILTER DUCTWORK DETAILS.dw9, 3/22/2016 11:31:09 A Johnston co 0 lJ 03 10 25.50_`/ ha 0 Co 0 Go m z C O co 0 / / m F / / / / / Co co 0 0 co 0 0 7 m t CO 00 co 0 Co 0 Go C O 1 Co 0 co 0 co 0 co co co Go 25.50 tO Co -k0 s 0 co 0 N CO 0 Co 0 co 0 co ti AVM3AI84 0NI1SIX3 Co Co 0 Co 0 co 0 c a AUTOMATIC BACKWASH FILTERS co z O co 03 o a; co 0 0 Z co 9) 0 O tO A / Co CO s CO / co 10 co c 0 Go / 4.3 co 0 CO 9. co 0 0 ;7 co 0 0 CO 03 F Co 0 OD c v CO 0 G o MS 8 MS 8 / i CO c ( _ �/ \'I Go — N 0 0 ID '0 W N 9 INFLUENT STRUCTURE HORIZONTAL GRAPHIC SCALE (FEET) 9 0 0 0 9 QCT .9 7 T 6 COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. L170013 # 103rOad .(1 '0N ONIMt/e10 0d003f DATE T 00 0 (.31 BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS SITEWORK GRADING PLAN CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services G� Coym, Rehmet 61Gutierrez Engineering , L. P. TBPE Ron Reg. No. F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 Phone (361) 991-8550 Fax 993-7569 email: crg crgei.com • rC OF Tf9�1 JEFFREY C. COYM j • 101983 W:\CAPD Files\20500-20599\20593 Greenwood WWTP\Sheet Set\9 FOUNDATION STRUCTURAL PIANAwg. 3/21/2016 4:48:34 PIA. 'Johnston. 1:1 rn cn w N f H-n-oo K-000-0> KtMC-Iztn-oDOcnO0 K00M0 or - m rm*I.ZOImz <rrzz XI< -Ox-imO DoOrzc0 t0mtnn In-, z m� cH —T10 rz co v)ZnDn C OI?'�m 2m�ArT*II 000 >m>x mO0 w�m ®�O7 2r-6rr ooroDmw 0c"J-1 cn0 mrn �0--iiy-1� �Dp �O-i r • xr coom�r7mw0 n20 m�m0 m-I�,-.73 �AKZrr 2 DO OO �m rnx 00(D 00 m -IO -I cilmmD m O D'_rcn1i-1 m mx0 m A) n Z co co 0 K rn 0 -i 0 r Z0 off' rn �_ 2r-6rr < c.•4 roc) c�� 0:1D ozwU mm 0-m -1 OVDimC3 rnZ=ZI-77D 0>x0< x Drn<OD2.7.1 _13C00 ^�"Om (nM 0�N �x 4. r— --- �N xm cn ON772-4_-100mm fZ�T13p� r0 - I I\" �100r 0 cr> zozooJm Z^>Omr z ZOOcn Z n �Oc mco f*1zrD�N-�IHmV1mD�Dr�pc- -ILP <m rS�.. mZZrn � CO Ir �pAj W0 WmA GI O , zWW W-<� D �rn3WrT7XDN�Om cn OR_m c nZ > ZNO� 4 o rrm X p_ Z�-O ° �K 00:o r CO 21 --IOIrnTl--1 K �D CO POD Z mMDr W . u)1—Gym W O -I0 Z Z Dx m V1�7+ M I O • , � -I0 p ^ • Q' ycznAO HT1 rr-mm >gK2C Oii z m-. D O ZO w J m 0 m CO U) x 0 Z-1 2- -0 X Hm _ oY ti_O W N �Om -Di N r Z C c1D G7N 0 2 0 m T. r m O ITI K C O_ D D O O O m O .0 V) 0 xi > D� � bD HO D O s m cn��cm OOp�=z 00rn OmDD �A ow HPNONOO Dm�Z �Or�D D__, mz mSZ < Wm -I 0 f -pm <� Dcn OHm00 m_czminn 03 Mzcn rn mK,--OI Oro �.O mS�rn -DI N� -I' -0m ZO .,� O _I O CO V) U m m N01 O 'TI w. \� to r m TIS O� �Q O rnop trim In m M °4 m C� • 0" m • TI v: I -O S or .71.71 GJ HH- S r HZ- Z up .� O r w z rmAr S S-<-4§- rn=m icrn0 Sm� O p S II rnr DDO OZ�-1 (rnn mm 2r rn A(n Oj mp�N mr< 03N DO D ODr m o- ZOr Kmom� OcnTtz N0OOm -0 0cA = rrTlrO .� 00 COr�70 i -0 -I COofrmo4Cm2'Ir -O'{Or <�M OD O� cn �Zco»0°m omD�fm*Ir � �� O COW H� OO D ON n N 00 Zr -o - I -IK O-0 Dm -n (../ a) A� (--a rn �< m Zr 0M pZ m'c� 0 N WN rOmS -I -0 '3 R j1Z �OoS (nOZD m m00 o m- D 2 -r�•�Ho mD" O 23 c{A N�o m0 M'm00=� fTl-rJDf�TIO� Z GI m r :0�� OZ C i 1 m z r r O Z� v N mzo Op Z F wi-. KilZr -1 K4- Oz �2(nO OO �p Cm - O � V1�� Z f<TlZ co r DOy OD t r Z m 0o �o z M01 0D v o D r 03 �7D O� Zp N 0 -I rn mOx ,m CO �I • linm x xi co_ L' 523 g9D V w zr w•• mm OO �N �O co �� 0 \ _ �- 0 ."Tl r z O z * \ ' I Onki, m \ /i " 3-6 , A II V oco I \ N -n I co \ 2 \\N N46", I co \ • r-9 Co ii 4s r D^^ ,,o I O a xi 6 N • co j� K \ 40 oc, * . . 1 gip m AD -. •i4 ♦ f� TI I < J SCALE: H: 1" = 2' V: 1"=2' 73 0 0cn co c i NIM V/ r— 0 C\ co 0I oak D / / .AB/FOUNDATION PROFILE m OMPACTED - RADE SOILS / / // i • • • 8'W 8 VV - 8 'FOUNDATION PLAN VII N V� _ rn J • "c •O P. / r it it 1 I I 1 I I I I 1 I i I N Y I I a m p , I i w 1— —1, * , Y• N. � I I _ • 0 • ' ,. p Ii Ye O 0 u N I I I �'• ` ip u_ 1 411" tr I 6r 1_ 11 6r H / - / i \\ N En 15' 00 >. m II —N /z ,.// Vo dzoow */r is / / S' /N \% Z 7 1).'o z o MS N I ia I / 0 CO CO 8 cn D r m m © COPYRIGHT N A 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS CITY OF =.P. . re., % 1*_ �•' '•�s*l r JEFFR0Y C. COYM i +0 : 101983 r�r� ���EN�•'''��` CONAL == ......3/1012 � ;, CONSULTANT'S PROJECT NO. 20593C CORPUS CHRISTI / C J R Coym, Rehmet 0 Gutierrez Engineering, Le P. TBPE Firm Reg. No. F-388 ?D DRAWING FL 21 TEXAS WASTEWATER \i5656 f,� �(Corpus South Staples, Suite 230 Christi, Texas 78411 Phone (361 991-8550 Fax 993-7569 email: crg�acrgei.com FOUNDATION STRUCTURAL PLAN Department of Engineering Services W:\CAOO Files \20500-20599\20593 Greenwood WWTP Sheet Set\10 TYPICAL 5—LANE ROADWAY LANE(S) CLOSURE (DAYTIME).dwg, 3/22/2016 2:19:59 PM, jjohnston, 1:1 W N v 'U -40 �o oS __i "1:1 OZ Zm _ir oo rz K� -4�0 -o D n Z A ; o Oo z z0 cnz ES DO C'" M �-s o� N min = 0X 0m Do xz m o*t 0 O N x 7,< D xi m mnz �W WO co Dm O o-1 zp ).A C ally ) 0r 0m Z z Z O r z _{ 0 A r z O D 0 D ?u A W DFi m m xi r 0 m m C TZ) x 0 w o w Z n co co —A NI 00 �Z G) Z mm �0 70 rA m0 �n> mm 0 Al c Z o m "' N P w oz -DI O ➢ 0 - z m m x m m v v 2 m cn 0 m x m A 2? n 01 ✓ o 0 0 = rn m 0 .Z1 • Iz: 3Qd3I88dfi III 3dXl NOIS a3INflOW OMS NOIS =WOW ONfOeiO Co —I m 3O`d018e1b8 ISOd NOIS S3ION 1V I3N3O 0 z 0 �I o CD UI rn o Cn cn Cn o -P. cn o LA (n CA O Posted Speed I- 11 (1) r 11 C) o In N m 0 3 c o 4-4 O 00000 al) Cn CD o Cn Cn 01 O -ts Cn 0 N of c N O Cn (31 O 10' Offset Minimum Desirable Taper Lengths x �I ---I p J -• U1 o) O O 0) 0 in CnN Ur O CO Cn 295 N) co -' - o m ,. o3 P 0000000 J CO �I N CI) Cn C)) O Cil +� CA N 245' -' Q o m N2 f. 70' 65' 60' Cn Cn 1 50' -P Cno -P C>,I alo Usl n gi 0 n Suggested Maximum Spacing of Device _3. -P. 000 c _\ CW U1 ....... Na O -f -" - O O 0 j U1 co p r O 80'-100' 1 v p � O p I v al On a Tangent x oo O o x J O O x O O 500' 1 -P 0 O 320' 240' 160' N o Minimum Sign Spacing X Distance T Orsi •N X O NN aP z f■ 401.81 • • I L 00 4 0 o n d M diad )4aon mA. xo o NN AP g Z * O ° x X p Au O• I- g x 5 rod . 2X 3 N., .•--1 /2L z z 411— a.. .1•- I gli— <-25'--' dem So e— 4- • • • • •-• • • • • • as = Q— • • • - • • •• • • 1-25' • 400"• —r. • • • —. _..104410 • . . • Illainall !;=1 "La we —► •01.• • • se .t>ai- • ^ I ' I\ 251-4.--1/4 ^ \ 30' 1000' WORK 200' END ROAD WORK G20 -2a <60'x 24'; rt��1 $ i, --X A/75\-7 a;o• s X • L 1/2L 1/2L IN. \ V AREA (MAX) - MIN. Ac 200'% X O 6 m 03 G3 o A 0 v m 0 v 0 nla • OD c a n m £ x o oCl • N X i wo wo AP v rn *O O A X p Au O• I- = o Xd � it Ey I I am So e— 4- • • • • •-• • • • • • as = - • • •• • • 1-25' 400"• —r. • • awe Illainall !;=1 "La we se ser. ^ \ 25' a;o• s 30' lieAO:. 200'% cu o x - un g A 6 wry . ',/ X ti S x Z L 1/2L 1/2L Mi td AREA MAX W MIN. �ti Q o1 Iv X N AP z o Db m £o O 73 x X OrnN W A1-1 REVISION NO. DATE BY DESCRIPTION • COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION 'ON ONIMV2JO 0d0032:1 0 0 th GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS TYPICAL 5 -LANE ROADWAY LANE(S) CLOSURE (DAYTIME) CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services Coym, Rehmet 0 Gutierrez Engineering , L. P. TBPEF7,m Reg. No. F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 Phone (361)991-8550 Fax 993-7569 email: crg crgei.com arta Of rel.) JEFFREY C. COYM 4 101983 i LON\ A 3 /1z//b 1 _ I 1 I, 00 z O w I --- I X 1 I —I I Fac � J O 1 ! WC EUG— ! ! I � • r' \ \ - i 1 t v ! I__I1 -13 Z I I I?I 1 IE1 44 QI! I Z_,. 1 I ! it I E I � I � I� [II D -1 LH 1 aa1a-- > da 1111110 laaa S F I D C G '71 1 f 1 I i . /{t [6 1i / � C° 1 ° I \I i, - I I I s \\ A I [ 5 • \ 4�0� I ° E \ e , II+=yV \ E. q. O 5 r m 1 1 o ° �- n -L ° ti ° N 7- pif7-Oz '*1 zN c xi xio =goo zorn m 2O 280 ZM• A oxr; 00 O a P , • r� �mQ �m Qg 00 z0 o r z 0 r OS MP D° co 0 Z rn t„� N -2 cc's rn xi ° ! m o 2 �� r 0 Z v { Agm ; va03 NMI T R3 [o m D Zz mm m� zo -O� O= G-1r-rr;) MI e © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services q1/4-cof-1.47 o4Ao c).,..O\T ,, o t , e ,................a........e a, y JOSE B. MARTINEZ JR s0 89385 -i ®Ag '� SO 0 F'' 0 1���� 0./22/ 0/6 r CONSULTANT'S PROJECT NO. BATH NO. 2848 / l C `1 Coym, Rehmet 4 Gutierrez Engineering, L. P. TBPEfirmReg. No. F388 �D DRAWING FL 21 /// I I 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 Phone (361) 991-8550 Fax 993-7569 email: crg@crgei.com� ELECTRICAL SITE PLAN S31VOS OIHdV JO m z z m m z 0 -oz 00* vv0 8 —I • Al m 2 r p A 0 r r o P _ O DD ZF o coN o C � D -0 r C r o 0A0 CQv mzo 3 Z 0 2 51 0 p1 z Z *F2 Z 55m 3 S31ON 1Vd3N3O 1If10N00 X313 480V 3P CONNECTION TO EQUIPMENT NOIIVIS lO21N00 0 213MOd 0NflOHO2130Nf1 c EXISTING UNDERGROUND POWER R rr SIIfON00 03SOdX3 ONIISIX3 co O m ROUTE CONDUIT FROM BLOWER CO OL PANEL TO NEW BLOWER MOTOR. O EO OZ Zj',1i zA mA xD ®po m of oEn�5:02 r. /TTi Z X N o CO r 0 r >e Z r r vcp Zoo C-' Nrr7n in; ��ZasXp N n w XIo Q D O '� s rAry N �? 1'ri 3Z a)z �N - GGnO� z� CZ mpZm0 C' -o O D = m D C o 0 z Z pr - cy 3X 3f�rrr.��� C7 W o p Z` C N p N Z 00 =i- (An CO p�XI0P� r z S310N NOIIOf12I1SNOO © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION Lt'0013 # 103POHd ALI r --- r\;) N 'ON ONIMb'80 080038 cn rn O GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS ELECTRICAL AREA PLAN REVISION NO. DATE BY DESCRIPTION CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services r J RCoym, Rehmet el Gutierrez Engineering , L. P. \ TBPE Firm Reg. No. F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 Phone (361) 991-8550 Fax 993-7569 email: crg@crgei.com p90Ovo0� 000vs�PtE°of7°° o o„q® t4 ° JOSE °8 °MARTINEZ °JR° ti y 89385q coes'O NAL lai o, 03722710/6 l SPACE 71/2-13 IK> Cn -DMCor Www 73 �Kw> FINAL CLARIFIER FC -2 SURGE ARRESTERS & CAPACITORS SPACE to SPACE SPACE N �a(n > (A N LIFT STATION FAN SF -3 V���� Icr m � � EFFLUENT SCREEN & CONVEYOR Icr (.0K0J-0 Icr -r� w I cr (n T(D>r NZOA Z I cr -0 -0 W3 1 a v v v l C Z-13< OP' o -a9z . = SPACE SPARE PRIMARY CLARIFIER .N f74'hIEr" NON-POTABLEI WATER PUMP W-1 -0 ICr �� 'o VI SPACE SPACE N N 0 V) \O -04 o GRIT WASHER GW BAR SCREEN BS -1 rn rn m x z 0 P1 m Z 0 2 O C (n m N_ 0 0 (n m m X (n --1 Z 0 P1 Z 2 00 c (n m O O 0) (n F9 0) SPACE \YI:r\ U.V. UNIT P.D.D.C. NO. 2 CONVEYER BSC BAR SCREEN BS -2 SURGE ARRESTERS & CAPACITORS SPACE ODOR CONTROL SYSTEM NON -POTABLE WATER PUMP -U Icr t..)- N Je LIFT STATION FAN SF -3 V���� Icr m � � D Icr -0 w -or JM -I -0 SPACE I cr ICr a -pr_ W3 SPACE 0 0XZ Imp D N DWN m� L7 PRIMARY CLARIFIER P - 23 1c a€in �c AD r4o' SPACE SPACE SPACE SURGE ARRESTERS & CAPACITORS rn GRIT WASHER GW m x z 0 P1 m Z 0 2 O C (n m N_ 0 0 (n m m X (n --1 Z 0 P1 Z 2 00 c (n m O O 0) (n F9 0) O Z ti Z 02 0 0 A A 0 O X A O z N m X F 0 r m A P1 com 0 n z 2 c DISCONNECT FEEDER AND REMOVE STARTER. SPARE TO OWNER c� r N m P1 m O A Z A Z 0 0 53 O 0 m A A 0 4N a y m m A z v z m m 0 r`j+ S310N NOI10fl I1SN00 © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. L f 0013 # 1031'08d .10 n N -P DATE c.1 BY DESCRIPTION GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS ELECTRICAL ELEVATIONS REVISION NO. DATE CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services BY DESCRIPTION R—% Coym, Rehmet t Gutierrez Engineering , L. P. TBPE Firm Reg. No. F-388 i r. 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 ,,,/ l Phone (361) 991-8550 Fax 993-7569 email: crg©crgei.com scagetrace oJOSE B MARTINEZ JR ° A o°.°.89385°.°� '2 t2l/10ENSE-' o °c.,,.: ((& O 03/ZZ/0J6 SPACE Ac ADAD crKV) AcX Wm(Dn 7025 aC(n FINAL CLARIFIER FC -2 SURGE ARRESTERS & CAPACITORS SPACE W 000 SPACE SPACE N 27>w DWI v N LIFT STATION FAN SF -3 Icr rn-U EFFLUENT SCREEN & CONVEYOR �r OK i -0 -or JM -I -0 w Icr N (n�Dr NZO� �--00 Z cr -pr_ W3 SPACE U.V. UNIT P.D.D.C. NO. 1 SPACE \0 \�-73 mZ0 ,. PRIMARY CLARIFIER P - NON-POTABLEi WATER PUMP W-1 Icr ,-� -21 VI 1. SPACE SPACE N N 0 n a(' 04 -0 GRIT WASHER GW BAR SCREEN BS -1 rn O Z ti Z 02 0 0 A A 0 O X A O z N m X F 0 r m A P1 com 0 n z 2 c DISCONNECT FEEDER AND REMOVE STARTER. SPARE TO OWNER c� r N m P1 m O A Z A Z 0 0 53 O 0 m A A 0 4N a y m m A z v z m m 0 r`j+ S310N NOI10fl I1SN00 © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. L f 0013 # 1031'08d .10 n N -P DATE c.1 BY DESCRIPTION GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS ELECTRICAL ELEVATIONS REVISION NO. DATE CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services BY DESCRIPTION R—% Coym, Rehmet t Gutierrez Engineering , L. P. TBPE Firm Reg. No. F-388 i r. 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 ,,,/ l Phone (361) 991-8550 Fax 993-7569 email: crg©crgei.com scagetrace oJOSE B MARTINEZ JR ° A o°.°.89385°.°� '2 t2l/10ENSE-' o °c.,,.: ((& O 03/ZZ/0J6 N3ZmE iii \O WI O0 z N • b z CONVEYER BSC BAR SCREEN BS -2 SPACE 44:1:N N •� . s . NON -POTABLE WATER cr 13 Nro� LIFT STATION FAN SF -3 Icr rn-U 0 Icr -o w SPACE Icr Icratr a SPACE FINAL CLARIFIER FC -1 a N m z 04 -P. N � (n SPACE SPACE SPACE SURGE ARRESTERS & CAPACITORS rn O Z ti Z 02 0 0 A A 0 O X A O z N m X F 0 r m A P1 com 0 n z 2 c DISCONNECT FEEDER AND REMOVE STARTER. SPARE TO OWNER c� r N m P1 m O A Z A Z 0 0 53 O 0 m A A 0 4N a y m m A z v z m m 0 r`j+ S310N NOI10fl I1SN00 © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. L f 0013 # 1031'08d .10 n N -P DATE c.1 BY DESCRIPTION GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS ELECTRICAL ELEVATIONS REVISION NO. DATE CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services BY DESCRIPTION R—% Coym, Rehmet t Gutierrez Engineering , L. P. TBPE Firm Reg. No. F-388 i r. 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 ,,,/ l Phone (361) 991-8550 Fax 993-7569 email: crg©crgei.com scagetrace oJOSE B MARTINEZ JR ° A o°.°.89385°.°� '2 t2l/10ENSE-' o °c.,,.: ((& O 03/ZZ/0J6 m z z m z m z c0-> mo n m 23 Az rn v A m 0 m 01 2131SV1S 321VdS S310N NOIuOnd1SNO0 TO OFFICE BLDG. ATS MCC -1 SEE SHEET NO. 156 C c z FINAL CLARIFIER NO. 1 FC -2 SCRAPER DRIVE EFFLUENT SCREEN EFFLUENT CONVEYOR SLUDGE PUMP S2 SLUDGE PUMP S10 5_ - rr3 F r V w0 D w v > v Dlv L PRIMARY CLARIFIER SCRAPER DRIVE NO. 4 PC -4 -J r NON -POTABLE WATER PUMP W-1 RAS PUMP R-1 RAS PUMP R-3 RAS PUMP R-5 BAR SCREEN No. 1, BS -1 GRIT WASHER SUPPLY FAN SF -2 @ LIFT STATION LIFT PUMP I-9 LIFT PUMP I-7 LIFT PUMP I-5 LIFT PUMP I-3 LIFT PUMP I-1 /o J 0 44 — J i3 N I CH a •0 -o CFI a 1 J £-0001 ONLISIX3 -o 2,15 rn0 r e l—dd ONIISIX3 SLUDGE PUMP S3 SLUDGE PUMP Sil LIFT PUMP I-2 LIFT PUMP I-4 LIFT PUMP I-6 LIFT PUMP I-8 LIFT PUMP I-10 RAS PUMP R-2 RAS PUMP R-4 NON POTABLE WATER PUMP W-2 BAR SCREEN NO. 2 BS -2 BAR SCREEN CONVEYOR BSC SUPPLY FAN SF -3 @ LIFT STATION FINAL CLARIFIER NO. 1 FC -1 SCRAPER DRIVE U.V. UNIT TO OFFICE BLDG. ATS MCC -1 SEE SHEET NO. 156 Ca, CO L J L J t-0001 ONIlSIX3 © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION L170013 # 1031'021d 110 '0N ONIMb'N0 080038 Cn rnrn 0 -., GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS ELECTRICAL ONELINE DIAGRAM CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services Coyin, Rehmet 1 Gutierrez Engineering , L. P. TSPE Firm Reg. No. F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 Phone (361) 991-8550 Fax 993-7569 email: crg@crgei.com p04.\E �F re4 a QO ** / 1 a... -IA o... Da.......o. aeJOSE 8.RT MAINEZ° JR C 89385 03/ZZ/ 016 m z c� z m m z 8§ r 0 o0 0 24" (MIN.) FOR 600V AND BELOW r r G7 1100NOO OM § 3" CLEAR. ® W N P cp • N 24" MIN. 0 �.n 31383NO3 038 ISd ooS£ 6" a ONndno3 O31VOO 3Ad AnaNOO YrnNWn1V © COPYRIGHT 2016 ALL RIGHTS RESERVED REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION L frQO 13 # 103r0dd u10 'ON ONIM MO 0d0038 rrini 0 C31 GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS ELECTRICAL DETAILS CITY OF CORPUS CHRISTI TEXAS WASTEWATER Deportment of Engineering Services Coym, Rehmet el Gutierrez Engineering , L. P. TBPE Firm Reg. No. F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 Phone (361)991-8550 Fax 993-7569 email: crg@crgei.com 4�o9\0-.OF T r o a_ �9•��0 %\......a^o S�JOSE 6. MARTINEZ JR k 89385 fail 11.ONAI.-ta N zN o NIcoa 0 00 9101 ADDENDUM NUMBER 1 Project: Greenwood WWTP Emissions & Odor Con I Imp. Project Number: E10047 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Coym, Rehmet & tierrez Engineering, L.P. Jeff Coym, P.E. Addendum No. 1 Specification Section: 00 9101 Issue Date: 4/15/2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Jeff Coym, P.E. 1111K., it/SA OF TO%"ls, i 0?•.•' �4, %. y f * r� )..‘ '; * Ilr JEFFREY # .i "; 101983 •; • ttl •'•r:CENsr;�•G %%; ONAL.� / 1, Date Addendum Items:tfE Revisions to Plan Sheets to add a booster pump and strainer basket in line on the Effluent Water Service Line. Revisions to Plan Sheets to re-route drain line outfall and add cleanouts. Revisions to Proposal, Table of Contents and Technical Specifications to add manufacturer's offloading & installation instructions and accommodate above mentioned changes. Answers to Contractor's questions posted on CivCast. Attachments: Attachment No. 1— Section 00 0100 Table of Contents Attachment No. 2 — Section 00 30 01 Bid Form Attachment No. 3 — Section 132011 BioAir Offloading & Installation Manual Attachment No. 4 — Section 030020 (Page 1 of 13) Attachment No. 5 — Section 00 30 05 Disclosure of Interest Attachment No. 6 — Plan Sheets (2, 4, 5, 6, 7, 9, 11, 12, 13,14,15) Coym, Rehmet & Gutierrez Engineering, L.P. TBPE Firm Reg. No. F-388 Addendum No. 1 (Project No. E10047, Greenwood WWTP Emissions and Odor Control Improvements) 009101-1 Rev 01-13-2016 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. B. SECTION 00 0100 TABLE OF CONTENTS DELETE: TABLE OF CONTENTS in its entirety. ADD: TABLE OF CONTENTS in its entirety (Attachment 1). C. SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in their its entirety (Attachment 2). D. SECTION 00 21 13 INVITATION TO BIDDERS AND INSTRUCTIONS TO BIDDERS "ARTICLE 2 — GENERAL NOTICE" - Paragraph 2.02: AMEND: Paragraph 2.02 by deleting: "The Engineer's Opinion of Probable Construction Cost for the Project is $313,000" and add the following: "The Engineer's Opinion of Probable Construction Cost for the Project is $342,017" ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Add the following Specification Sections (or Technical Specifications): y�� e< ♦ r k iC >,� i:� °S. iN.\ �1� .,t � `r i' is ro �fi� '� x� � Y • :Y � Specufrcatron Sec ionstDorf`re �ntcaitSpecif•icatuonsj .. .. .. .��» `',<ff �, ti „1 i�; ;.,.yy •r�� `�a. .' 5,� `E: �< �....,, �'���.s�a y',h..rt`'..4�.���^)>: ,. SECTION 132011 BIOAIR ECOFILTER OFFLOADING & INSTALLING MANUAL (Attachment 3) ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: *0.434 Wines 2 — LEGENDS, ABBREVIATIONS, NOTES, QUANTITIES & TESTING SCHEDULE 4— PROPOSED SITE PLAN 5 — REROUTE EXISTING DRAIN LINES 6 — SKID MOUNTED BIOTRICKLING FILTER P&P START UP 7 — SKID MOUNTED BIOTRICKLING FILTER P&P NORMAL OPERATION 9 — FOUNDATION STRUCTURAL PLAN 11— ELECTRICAL SITE PLAN 12 — ELECTRICAL AREA PLAN Addendum No. 1 (Project No. E10047, Greenwood WWTP Emissions and Odor Control Improvements) 009101-2 Rev 01-13-2016 3.01 ADD OR DELETE DRAWINGS (CONT'D) A. DELETE the following Drawings: K,u.^. -. x'k`.... ..iE.,. .... .. ... . r. S`. .. ♦'..... ., :::5:..,• ... .. .,, .. .. .::'-.':.:. wa:. <:. nK K. r'' � .✓u( ,... .. 5.. ...... .. n. Sw... .... � ...:. ,5 f, ... :. ...... r.. .. ... , .: ,. ...,1.,.. .. ... ,, .v.. .>::: ..X". S.vx M } •:; S}`i::: ,....,...... .,.. .J .... .... � .. .. .., v . > .. ..v. J. .,...,..:> (. ........ ..: .: n. .......... n.., v..- • .Y ' :�' x, n' �f .. K 4"3:t b. �. . .......... 'M3. ... r.v..,.>..,. n .... .. ..>, v. , ..,. ..,:k+ }... .<.... ,. ... .. �. .. . \ .... w .:.. .... ...: .: ...... .... <. :.nFr:.a . a ...ts; .: ., .. .f.}Y ., .v .. ... . .. ....:......s. .r.....r. r: .. v: ..:,...E. ...,. . .- .Sf .:. ..:..:.. ::... . : ... r. ::. k...u'S"'..,: .v : „ r ... r....., n.r, .. S. ....... . : A.. ..\�'f ..: v.. ..... ..�... .. K..... ... C .... .) .. Z :P t .v. n.. .., . .:. .. f r ,P n ).� . .:.5�:. ..n . . v v w... nv ,.. ,. • .. a .. ..� ik .....b /.v h ..).' A C: Sof } F. .. :::::r'o.<>( .'. v:..- x 'd.4Y. /: . \, ...b'•'. Y): '% •5: ..: • . S., ,... .: yr �S' i., ..... ... C". 2... ..,d. ...3J ... .,....... ,.: }, .Y.. }.. .. . � n..h . ,. ,-,.. :.. ...k.x: :.. . +.: W y .., ..�f . . .. .. .. w. .. , . .. n, .. . .... .... .... ...:. . ... .. .... ..�.. ,:. 3.. .3 S.. L+'tKv ,.. :...: ), .. .. .. M:. AS ..A r c,i... c 'r`J, M.. a,� .r..x J... . '. r r... n . .. .. . .. ..... ... .. .f . .. :!.� > .,...., :... .: v. -.::. ..:.: ..: .:, .. '.::'. .. \.:< f: j v. �$}, �X. }.. '; 3C •,3n '.. q£^.f. .: b,�( .v,. ,.iF : } :.. ;):•; ':. ..,,. n.Y.': .A• �>Q:. ':) th..i': >>��n�.i fV. , P, 'r.f: . '.'3: . n f....N. } r/ /. M rrn4v l: v` k.•. M , { :hA :. . )n. .: i. _. - K...:. , .. n... .,. :.." 4. : ,F, ...:.::w. :. Y i n.1 k :,C' v:K Y2�: b.. <.. ; 1 {h , vh NS- F• . <. S^L .. .ni:. . .Sr :::...: :: .: f r,. . , �:. ,:. ::-'. n�. _v .. E. : , .. .. , . }x aA .,. , :, .,. .r .. _ _ ,....., i:.... r . x rpt .r fn s. " L r c . 5 , . � � Pt . Z' .h,.. -?;F .. .. .39k Wtu. ..... ...r ...... 9, . .., .: .:.Y:,../ . ..h : S;, , I�:' ...... . > .r:. } ..... .... .: .., � Sr .J )�Ar ^ M ;.v,� � � '�, nA � uv' v. E .., Mi �-f,n.. t 0 ,. C.. : .......,. p: .>. ....5 .: :: r.. .. h1�: ;�.. k vJ : p... '.A � , , .. b : .. .i. .> ., „... ., .. W,c. f.. ... n .. .. .. . ... .. :. kP. Ft spy'; 'k.n.;f aav;'': ' ,. ::,,..,,., aY: ff<J�;•iJ: ; .. >�c r +: <-... 7 . f tT :,h.. . JV,v Z Q �. { 4�.. ,.., .1.:v. .1.. r . .. ..... .. ........ , .. v),.. n: ii a :.n•..::'.).. :n. . .... �... ti .} 3, ,, air ;. .;, }.a... W.r:.,... �. .n.C...G < c o' < :......,r .:2..., .... : : ., .. •. :. F'V ...� � WW .., . .. ...'+i�. .a n. ... ..... .. .. r..:-' ,. ,': a :Y ;,Z•:: .,�c.. < .,. .. 1 :. , Me... ... +. .:.� .,t ,. h ,,.?t e.b. { 4 ..�:�„ N,:aP �, . , .. ,v , � . f . ,� t , f..Dele ed D��vu�in s �: � �: �°. ... f .. P. ., . .. ... ..:... .. .... ..<. .. }k+....... ,, h.a P..} , .. ., a ♦t r .., ...,, .. .. .., ,.. ... d: �.. , ,...�:Q ti .. ,. ,_ .. �... . ... ., ,. hr . .. �( .. t. .. >: ... . . ...r ..::.,. , ... -. . , .: ...1. ' .,.1. S . , .;.}... .At'•�. ,.. ., ::...r .F,. -.. r bw, ,,.,.5S .,.: .+: > ,:. ) .....tc, .:.,33.?.. .: r K.�:��r,,.:, :..,,e... .�+,<.....:. ..Y .:+ �.$:.:."( ..c ...�� .. .v. .�' .<, :.v.... vY nv., .,V- ,n v.. ) .J.. ..(.. S) + .. .�..., .- ., ... 4; ...... ... _.. .. �.....<., :.f \W 1. ,E. ."... �.F CrY. Sr. 1. ,: .K? �.:• ,:.,nJ.., �t tSA. .. Q ., .. ' , la .. �-, i..... C:, r. .r. . ,.Y:. f. \�':\ ..u. c ,,..., - )' . .,. N ♦ t. Ckv ,.. ., .aE r J , : ::. :..... t..... A \ K.. ) . >• r . k,. .. ..� . ....:.. . 0. ::< .. ,....:. i ., ... .... xt ".4. f n P.k£ \, 3 .. :., � . .., ..F. .f .. off. .n .�:,!,, ..�i .... �,, :,.... ,..... v .. .-..Y iM' v ... v%. v... , ..., .. L t f ] ��tt�t . ).t,a ,< +ii1 . E , ..��..,,���w. :. ..... .., J^. b Pr. ... .v .,.. rr ..... ... ..:.. .r.A .v, :. .:..✓„L, n:,a :�:... >t �,+f.:...2,knR .+ ., +n � d .... ?. ......n.. Sa ...a,....... :.. .., r.....,. . fr. i...... .., ,.. i-.... t. ..,}.....,,,.... .,a <.:,",..,. ..r . .., , .. �.i...,. n3 \.. .,>. �}a`Re (%..•:: }. ;'}Jb.s F::<.. t.:: k�f,v�h�x, cS n '0v �v �: 13 — ELECTRICAL ELEVATIONS 14 — ELECTRICAL ONELINE DIAGRAM 15 — ELECTRICAL DETAILS B. ADD the following Drawings: .:)...... ..r. C r:., ...... .. .. .:..... ... .. .. .. r. .. r.. r:::.. :. ....-. .- ... .'. .'t•::xR..., .}: CJ.. :S ^, `�" :: .. - r.. . M ... .:..,-.. .. t ...' , � •( ST if C $ k v -. vr:', -:'. -:. r. S.:..v...... . y:.:. ...... .,v:: a..,.w S,.:�'.. :: f.xl A: .(;F \ A :. F r''r5 ..J� , a M , x13':. W-.:!: �• ,.:,�•. 'C. �.'c: r..'.Y;`r `x.. Ny . r. ,\:.. r .: : .. :::_ .. r ...,. ..: �,., .:- :... ' JYyv,. A':. ,y. +F k �...: ., r. .• t,. ,:.. ..... ..::-, {. ... �.. .: ";C{ ..{ , C fn a Api,. ., S:wi,.H:�F': �Y; ::, •....- 'x.a..: , .4:.w : .M , . ry, . �... -- .... _.. vP-,: �..:..:. ...x .... .... ,.. .. f .::::: ... 1' YR"�,2f C` : r, •J .X.:. .>.. ..5. w n� f:�� . �. ... ..... .: .. '.. ..:. .. .t .... .. -..'.A , r.. 7:a'f. 'h,.. Kr ,1... .A�, :� } died Draw1n .� ,c �� � - � .A c hP a. .. � �.. �rA:" 4.�; 1 }: .....,..vx. >.. r.. ,.M tY'5..•tr� ... ,Y..-. 1 ... r ... ... ... r.. ., r: ,, ,3i. ,,.: '.:H 4 .: Y., .,t- t.. ).t ^r } ...5, k�w.. ... Ri .. ,.. :... '.-n... . : .. .... v .. , '., .v.-4. SG. .. L. ',\�f i' b:.,\ h.w H.. •\.. :h: ...,."::.. .,, .n... .:. :•:.f ,, a.....,� ,.. ..:.h } .. .. t :,.. .,' :.... .... ... .. rr.. )f'A' . ... ,,, c � �' ,S ":T G �t .-...... ... ...., -,t SF . ..... .... .... ...:.. ,..: t .. ,:.: :.:'..,f. v. .::v+;. -.. •..,*.,.... :, .. .. .r t• �F :., � r .. S, o wr .�::.:... ::,<.;.1 r r ..... ) ... : f� :.... - 2 — LEGENDS, ABBREVIATIONS, NOTES, QUANTITIES & TESTING SCHEDULE 4 — PROPOSED SITE PLAN 5 — REROUTE EXISTING DRAIN LINES 6 — SKID MOUNTED BIOTRICKLING FILTER P&P START UP 7 — SKID MOUNTED BIOTRICKLING FILTER P&P NORMAL OPERATION 9 — FOUNDATION STRUCTURAL PLAN 11— ELECTRICAL SITE PLAN 12 — ELECTRICAL AREA PLAN 13 — ELECTRICAL ELEVATIONS 14 — ELECTRICAL ONELINE DIAGRAM 15 — ELECTRICAL DETAILS ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS A. Question: "Page 1 of 13 is missing from section 030020 of the specs; is this an intentional omission?" Answer: "Page 1 of 13 can be found as (Attachment 4) to this Addendum.” B. Question: "The Disclosure of Interest form in the specs has already been completed by Coym, Rehmet & Gutierrez Engineering. Please provide a blank one that we may turn in with our bid. Answer: "A blank Disclosure of Interest form can be found as (Attachment 5) to this Addendum." C. Question: "Will scaffolding be required for any installation of the Biofilter?" Answer: "Scaffolding is not anticipated to be required on this project, however, safety of all personnel working on the project is a responsibility of the Contractor." Addendum No. 1 (Project No. E10047, Greenwood WWTP Emissions and Odor Control Improvements) 009101-3 Rev 01-13-2016 4.02 CLARIFICATIONS A. Clarification as to how the BioAir components will be packaged and shipped: "The manufacturer has indicated that due to size the various components will be shipped individually and it will be the Contractor's responsibility to install the components on the skid upon arrival. Additionally, while the main vessel will arrive completely assembled it will be in the horizontal position and require immediate offloading to the vertical position. END OF ADDENDUM NO. 1 Addendum No. 1 (Project No. E10047, Greenwood WWTP Emissions and Odor Control Improvements) 009101-4 Rev 01-13-2016 00 0100 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev01-13-2016) 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience (Rev 10-06-2015) 00 52 23 Agreement (Rev01-13-2016) 00 61 13 Performance Bond (Rev01-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements (Rev01-13-2016) 00 72 02 Wage Rate Requirements (Rev06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work (Rev01-13-2016) 01 23 10 Alternates and Allowances 0129 00 Application for Payment Procedures (Rev03-11-2015) 0129 01 Measurement and Basis for Payment (Rev01-13-2016) 01 31 00 Project Management and Coordination (Rev01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 0133 01 Submittal Register (Rev7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 0133 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation Table of Contents Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 000100-1 Rev 01-13-2016 Addendum No. 1 Attachment No. 1 Division / Section Title Division 01 General Requirements 01 35 00 Special Procedures 0140 00 Quality Management 0150 00 Temporary Facilities and Controls 0157 00 Temporary Controls 0170 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing & Stripping (Rev 10-30-2014) 021040 Site Grading (Rev 10-30-14) 021080 Removing Abandoned Structures (Rev 10-30-2014) 022100 Select Material (Rev 10-30-2014) 022420 Silt Fence (Rev 10-30-2014) 025612 Concrete Sidewalks & Driveways (Rev03-25-2015) 025802 Temporary Traffic Controls During Construction (Rev 10-30-2014) 026204 PVC Pipe — Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines — ASTM D2241 (Rev 10-30-2014) 026206 Ductile Iron Pipe & Fittings (Rev 10-30-2014) 026210 PVC Pipe — AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains (Rev 03-25-2015) 026404 Water Service Lines (Rev03-25-2015) 028020 Seeding (Rev03-25-2015) 030020 Portland Cement Concrete (Rev 10-30-2014) 032020 Reinforcing Steel (Rev 10-30-2014) 038000 Concrete Structures (Rev 03-25-2015) Part T Technical Specifications 132011 BioAir Offloading & Installation Manual 132520 Biological Odor Control System (Materials Furnished by City) 26 01 26 Electrical Testing 26 05 00 Common Work Results for Electrical 26 05 19 Low -Voltage Electrical Power Conductors and Cables 26 05 19.01 Wire Connectors and Devices Table of Contents Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 000100-2 Rev 01-13-2016 Addendum No. 1 Attachment No. 1 Division / Section Title Part T Technical Specifications 26 05 26 Grounding and Bonding for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 53 Identification for Electrical Systems Appendix Title Subsurface Investigation, Laboratory Testing Program and Foundation Recommendations for the Proposed Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project G116105 — February 16, 2016. END OF SECTION Table of Contents Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 000100-3 Rev 01-13-2016 Addendum No. 1 Attachment No. 1 00 30 01 BID FORM Project Name: Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project Number: E10047 Owner: City of Corpus Christi Bidder: A2 OAR: TBD Designer: Coym, Rehmet & Gutierrez Engineering, L.P. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid PART A - GENERAL CONDITIONS & SITE PREPARATION (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Exploratory Excavations LS 1 A3 Traffic Control Measures LS 1 A4 Demolition of Existing Pipes, Ducts & Blowers LS 1 A5 Clear & Excavate Area for Proposed Concrete Foundation CY 40 A6 Allowance for Unanticipated Adjustments LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART A - GENERAL CONDITIONS (ITEMS Al THRU A6) 2" U -Pipe Connection PART B - UTILITY IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 18" GF Harvel PVC Duct Piping w/Fittings LF 6 B2 8" DR18 C900 PVC Drain Piping w/Fittings LF 100 B3 4" SCH80 PVC Drain Piping w/Fittings LF 60 B4 2" SCH80 PVC Water Feed Piping w/Fittings LF 60 B5 1" SCH80 PVC Piping w/Fittings LF 50 B6 4" U -Pipe Connection EA 1 B7 2" U -Pipe Connection EA 3 B8 1" U -Pipe Connection EA 2 B9 18" PVC Duct Tie -In To Existing Duct EA 1 B10 8" PVC Drain Tie -In To Existing Pipe EA 3 B11 4" PVC Drain Tie -In Existing Manhole EA 1 B12 2" PVC Water Line Tie -In Existing 8" PVC Pipe EA 1 B13 Grundfos Centrifugal Pump EA 1 B14 Hayward Basket Strainer EA 1 B15 8" Cleanout Assembly EA 3 SUBTOTAL PART B - UTILITY IMPROVEMENTS (ITEMS B1 THRU B15) PART C - STRUCTURAL FOUNDATION (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Compact Existing Subgrade SY 66 C2 Compacted Select Fill Backfill CY 40 C3 6" Reinforced Concrete Foundation SY 50 SUBTOTAL PART C - STRUCTURAL FOUNDATION (ITEMS Cl THRU C3) Bid Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 Addendum No. 1 Attachment No. 2 Page 1 of 2 Rev 01-13-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART D - BIOTRICKLING FILTER INSTALLATION (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Unloading of Biotrickling Filter w/Blowers LS 1 days SUBTOTAL PART C - STRUCTURAL SLAB/FOUNDATION (ITEMS C1 THRU C3) D2 Installation, Anchoring & Start -Up of Biotrickling Filter w/Blowers LS 1 SUBTOTAL PART E - ELECTRICAL (ITEMS El THRU E8) SUBTOTAL PART D - BIOTRICKLING FILTER INSTALLATION (ITEMS D1 THRU D2) 1" PVC Conduit BID SUMMARY SUBTOTAL PART A - GENERAL CONDITIONS (ITEMS Al THRU A6) El Electrical Demolition LS 1 days SUBTOTAL PART C - STRUCTURAL SLAB/FOUNDATION (ITEMS C1 THRU C3) E2 Motor Control Center Breaker & Bucket EA 1 SUBTOTAL PART E - ELECTRICAL (ITEMS El THRU E8) E3 1" PVC Conduit LF 40 TOTAL PROJECT BASE BID (PARTS A THRU E) E4 1" Alum Conduit LF 20 E5 1" Flex Conduit LF 10 E6 #12 THWN Copper 600V LF 200 E7 NEMA 4x Junction Box EA 1 E8 Miscellaneous Electrical, Supports, Grounding LS 1 SUBTOTAL PART E - ELECTRICAL (ITEMS El THRU E8) BID SUMMARY SUBTOTAL PART A - GENERAL CONDITIONS (ITEMS Al THRU A6) 100 days SUBTOTAL PART B - UTILITY IMPROVEMENTS (ITEMS B1 THRU B15) 130 days SUBTOTAL PART C - STRUCTURAL SLAB/FOUNDATION (ITEMS C1 THRU C3) SUBTOTAL PART D - BIOTRICKLING FILTER INSTALLATION (ITEMS D1 THRU D2) SUBTOTAL PART E - ELECTRICAL (ITEMS El THRU E8) TOTAL PROJECT BASE BID (PARTS A THRU E) I Contract Times Bidder agrees to reach Substantial Completion in 100 days Bidder agrees to reach Final Completion in 130 days Bid Form Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements Project No. E10047 Addendum No. 1 Attachment No. 2 Page 2 of 2 Rev 01-13-2016 �oa�r Breathe Better. TECHNICAL SPECIFICATION SECTION 132011 City of Corpus Christi Greenwood WWTP Odor Control Improvements Biotrickling Filter Odor Control System Specification Section 13252 BioAir Project No. P16102 BioAir Submittal No. 02-04/2016 April 2016 I. OFFLOADING & INSTALLATION MANUAL 132011 Page 1 of 11 Addendum No.1 Attachment No. 3 b�oa��r Breathe Better. EcoFilter® Offloading and Installation Manual BioAir Solutions LLC, 110 Kresson-Gibbsboro Rd, Suite 303, Voorhees, NJ 08043 Phone: (856) 258-6969, Fax: (856) 258-6975 EF102 O&I MANUAL R1 P16102.docx 132011 Page 2 of 11 Addendum No.1 Attachment No. 3 1. Introduction BioAir Solutions, LLC ("BioAir") is a New Jersey incorporated company and its core focus is to develop innovative biological processes for odor and air emissions control. Our flagship product, the EcoFilterTM biotrickling filter, is built in many different sizes and variations depending on the air source being treated. The typical EcoFilter system consists of a reactor, exhaust stack, blower, water panel, and interconnecting ductwork/piping. Some sites may be equipped with multiple systems to adequately treat the air source. Contractors with questions at any point in the offloading or installation process should contact BioAir's Engineering Department directly (856) 258-6969, extension 139. DISCLAIMER: This document contains recommendations for offloading and installation. BioAir cannot take into account all site-specific conditions at Purchaser's installation site. No language contained herein, nor the presence of BioAir personnel at the installation site, nor the presence of an authorized BioAir representative at the installation site, nor the existence of any site- specific conditions unknown to BioAir, shall relieve the purchaser from full responsibility for proper handling, installation and inspection of purchased equipment. Failure by purchaser to comply with the instructions herein shall render void any and all warrantees and guarantees which would otherwise apply. 132011 Page 3 of 11 EF 102 O&I MANUAL RI P16102.docx Addendum No. 1 Attachment No. 3 2. EcoFilter Models and Variations Although there are many different sizes and variations of EcoFilter Reactors, the sections that make up the reactors are similar. All reactors have a bottom section that will be anchored to the foundation, and a top section that will cap the open reactor. Some models use middle sections that are installed between the bottom and top sections (see Figure 1). Dimensions and weights of reactor sections are provided in Table 1, shown below. Woad. Diameter &Atom height/sh,pp rg weight Toil M,od10 herght1shgparg we=ght Shots Middle heighif,1 Aping wm01 Top haght/sh,ppong weight 95crM1=s 9 901114. boor 3:51 3303 1111 1341 1311 3302 Ga" 31" 72' 90' 90' BO' 110c31 R=s 130' / 11(x1,, 33.' ! 1200 lb, I/O"? 11100111u 87" / %3001b, 130' / 2300311 NA NA NA NA NA NA NA NA NA NA NA NA 29" / 200 Ib, 29' / 200153 10' 7 20015, 411" 3 20015 53" / }1X1 lb, 53" / 34011b3 bap 1333 3301 E394 30' 90" 109" 130 5' 13800 bs 3 30 •i = / a /30154 1112" / 6035151 NA NA NA NA NA NA 43' f S00 Co. Sr'/ SOO lbs 57" / 900353 b!oair 3,39,300**0e: 12 Series broarr EF121 bloair EF122 brow I EF123 S. 1 beoair ' boom EF124 EF125 Diameter 141" 141' 141" 141'• 141" A Bottom height/shipping weight Tall Middle height/shipping weight 103" / 3700 lbs NA 153" / 55001bs NA Short Middle height/shipping weight Top height/shipping weight NA NA 192.5" / 8200 lbs NA NA 242. / 10000 lbs 153"/ 5600 lbs NA 118"/ 4500 lbs NA 62"/ 27001b 79" / 1000 lbs 79" / 10001bs 79" / 1000 Ahs 79" / 1000Ib5 79" / 1000 lbs Table 1 — Dimensions and weights of EcoFilter reactor sections 132011 Page 4 of 11 EF IO2 O&I MANUAL RI P16102.docx Addendum No. 1 Attachment No. 3 booair Diameter 120" Bottom height/shipping weight 144" / 3570 Ibs Tall Middle height/shipping weight NA Short Middle height/shipping weight NA Top height/shipping weight 59" / 1530 lbs Figure 1: EcoFilter EF102 Height and Weight EF 102 O&I MANUAL RI P 16102.docx 132011 Page 5 of 11 Addendum No. 1 Attachment No. 3 Tall Middle Section Bottom Section EF83 EF124 EF62 Figure 1: EcoFilter Reactor Sections Top Section General Handling Guidelines: • Always lift — NEVER roll or slide a tank while offloading. • Never allow vessel to swing out of control. Follow proper rigging procedures at all times. • NEVER use cables or chains around the body of the vessel. • Only lift by designated lifting lugs, NEVER use any other fitting or hold down lug. • Store vessels and/or sections in upright positions per General Arrangement Drawing (Appendix A) using guy -wires to secure if necessary. • Reactors or reactor sections that were shipped in the horizontal position must be uprighted immediately. Storage in the horizontal position for any extended period of time is detrimental to the reactor internals. This can ultimately have a negative impact on the biological performance of the system and thus impact the warranty; it is very important to attend to this during unloading. BioAir requires that photos of the equipment in the vertical orientation be submitted to BioAir within one week of offloading. Please submit these photos to the project engineer or contract manager on the project. • Any deviations from these procedures must be approved by BioAir Solutions, LLC or equipment warranty will be voided. 3. Offloading, Placement, & Installation A. Offloading • Coordinate with shipping company to receive and unload equipment from trucks. EF102 O&I MANUAL RI P16102.docx 132011 Page 6 of 11 Addendum No.1 Attachment No. 3 • Make necessary arrangements to have a crane available with adequate lifting capacity to off-load the equipment. A spreader beam and slings are required. • DO NOT use chains around the body of the tank when horizontal. • Fabric rigger slings with a minimum width of 3" are recommended for horizontal offloading. Refer to Figure 2 for horizontal offloading example. Refer to Figure 4 for vertical offloading example. • Check and remove any wood dunnage or air bags installed inside the reactor vessel. The dunnage or air bag is installed to prevent internal items from shifting during shipment. o Vessels 08' and under will be shipped with an air bag installed inside the roof of the reactor. This must be removed using the top inspection port. o Vessels over 08' will be shipped with wood dunnage installed inside the reactor. This must be removed before installing the dome/roof. • When uprighting, Vessel should be hoisted with sling tightened around diameter of tank. Refer to Figure 3. Adequate padding is needed to protect the pivot point on the vessel. Care must be taken to control tank during uprighting by workers using guidelines until tank is brought to a rest upon its base. • Once tank is upright, or if tank was shipped upright, it can be moved into position using lifting lugs. Refer to Figure 4. Figure 2: Offloading of Horizontal Tank • Inspect equipment and photograph any damage that is present upon its arrival to the job site. Immediately report damage to BioAir and record details on shipping documents (bill of lading). • Check the packing list and ensure all items are present. Immediately report any missing items to BioAir. • Unload all items from shipping vehicles using appropriate rigging. Refer to Table 1 for weights and dimensions of Ecofilter reactor sections. Unload reactor sections with care. Protect reactor vessel walls and other equipment from banging and scratching from rigging equipment. Keep reactor sections as upright as possible during the offloading process. Sections shall be stored on a flat, level surface in the upright position as shown in the general arrangement drawing. EF102 O&I MANUAL R1 P16102.docx 132011 Page 7 of 11 Addendum No.1 Attachment No. 3 Figure 3: Uprighting of Horizontal Tank I Figure 4: Lifting of Vertical Tank B. Reactor Placement/Assembly ■ Inspect the concrete foundation pad. Ensure that the minimum overall size, smoothness, and surface plane tolerance are in accordance with what is specified in the BioAir general arrangement drawing for the installation site. Special attention must be given to area where the load bearing surface of the tank rests. EF 102_0&I_MANUAL_R1_P 16102.docx 132011 Page 8 of 11 Addendum No. 1 Attachment No. 3 • Reactors are to be set on a minimum of two (2) layers of 30Ib felt paper (provided by others), installed between the concrete foundation pad and the reactor bottom. Set the pad in place at the correct location. Be sure there are no overlaps or wrinkles causing ridges under the vessel bottom. It is the responsibility of the purchaser to ensure proper installation of vessel. DO NOT locate or pre-set anchor holes before vessel is installed. • Set the reactor bottom section in place. Confirm air inlet and drain are in correct position • Use the appropriate anchors as defined in the Professional Engineering load calculation report and follow all manufacturer installation instructions carefully. • Space between hold-down lugs and concrete pad must be filled with non -shrink, construction grade grout or stainless steel shims. Follow manufacturer instructions for grout installation. • Tighten anchor nuts BEFORE tank is filled. DO NOT adjust bolts after tank is filled. Tighten anchors to proper installation torque per manufacturer using a calibrated torque wrench. • If applicable, install the reactor middle section(s) as shown in the BioAir general arrangement drawing. All reactor sections will be match -marked in the flange area to indicate position. Rotate section until match -marks are aligned and install the supplied flange gasket and hardware. Hardware shall be tightened to 25 ft -lbs. • Install the reactor top section as shown in the BioAir general arrangement drawing. Align the section's match -mark with the section below and install the supplied flange gasket and hardware. Hardware shall be tightened to 25 ft -lbs. • Install the stack as shown in BioAir general arrangement drawing. Use the supplied flange gasket and hardware. Hardware shall be tightened to 25 ft -lbs. • It is recommended to retighten hardware 24 hours after installation to account for gasket relaxation. C. Interconnecting Ductwork • Install the interconnecting ductwork between the blower and reactor air inlet (may include: transition pieces, damper valve, flex connector) as shown in the BioAir general arrangement drawing. Use the supplied flange gaskets and hardware. D. Blower • Connect the blower to the interconnecting ductwork and anchor to the concrete foundation pad per the instructions supplied in the Blower Installation, Maintenance, and Operating Instructions (Appendix B). E. Panels • Install the panel stand and panels as shown in the BioAir general arrangement drawing. Anchor the stand to the concrete foundation pad as required. F. Water/piping • CAUTION: Metallic fittings must not be used on FRP nipples or couplings • Install a P -trap drain (supplied by others) as specified in the General Arrangement drawing using the supplied gasket and hardware. • Install schedule 80 PVC pipe (supplied by others) from the reactor drain(s) to the startup system inlet. Pipe shall be the same diameter as the reactor drain. Include a 'A" sampling valve (supplied by others) in a convenient location along this section of pipe. EF 102_0&I_MANUAL R 1 _P 16102. docx 132011 Page 9 of 11 Addendum No. 1 Attachment No. 3 • Install schedule 80 PVC pipe (supplied by others) from the startup system drain to the site drain. Pipe shall be the same diameter as the reactor drain. • Install schedule 80 PVC pipe (supplied by others) from the startup system outlet to the water panel startup system flange. Pipe shall be the same diameter as the water panel startup system supply flange. • Anchor startup system to concrete foundation pad as required. Startup system is temporary and will be removed after startup (2-6 weeks). • Install schedule 80 PVC pipe (supplied by others) from the water panel outlet flange to the nozzle assembly inlet (installed between the reactor top section and stack). Pipe shall be the same diameter as the water panel outlet flange. Secure pipe to reactor using the supplied pipe clamp(s) as shown in the general arrangement drawing. • Install schedule 80 PVC pipe (supplied by others) from site effluent or potable water connection to the water panel water supply flange. Pipe shall be the same diameter as the water panel water supply flange. • Install 2" schedule 80 PVC pipe (supplied by others) from the site effluent or potable water connection to the makeup water inlet. Include a 2" schedule 80 PVC valve (supplied by others) in a convenient location along the bottom section of pipe. G. Electrical • Complete the following electrical connections in properly separated conduits. All conduits shall be liquid -tight, proper for outdoor use, and installed by a licensed electrical contractor. See Section E.1 of the submittal for electrical wiring details. o Connect power supply to the Electrical panel. See electrical diagrams for required supply voltage, phase, frequency, and current. o Interconnecting wiring from the Electrical panel to the Blower. o Interconnecting wiring from the Electrical panel to the startup system recirculation pump. o Interconnecting wiring from the Electrical Panel to any instrumentation, if applicable. H. Nutrient barrel/hoses • Place the nutrient barrel below or adjacent to the water panel and run hoses from the pump inside the water panel through the barrel lid. Foot valve (hose attachment with cylindrical screen) and hose weight will be installed by BioAir service personnel. I. Air sampling pipe • Install %2" schedule 80 PVC pipe (supplied by others) from the air sample line connection located on the stack down to an elevation of 48". There are two connections available on the stack, connect to the one that is connected to the air sampling funnel on the inside of the stack. Secure the pipe using the supplied pipe clamp(s) as shown in the general arrangement drawing. Include a 1" schedule 80 PVC valve (supplied by others) at an elevation of 48". 4. Notes • BioAir Solutions is available for installation support. Please call our Engineering Department at (856) 258-6969, extension 139 for assistance. EF102 O&I MANUAL R1 P16102.docx 132011 Page 10 of 11 Addendum No. 1 Attachment No. 3 • Work shall be completed in a professional, visually appealing manner consistent with high quality work that is expected at wastewater treatment plants and other similar locations. • Elevations of equipment are critical. For multiple unit installations, reactor bottoms must be level and within +1- 1" of each other in elevation. EF 102_0&I_MANUAL R1_P 16102.docx 132011 Page 11 of 11 Addendum No.1 Attachment No. 3 SECTION 03d020 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 Addendum No. 1 Attachment No. 4 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CI IY PURCHASING DIVISION City of � tr CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: FIRM IS: 1. Corporation 4. Association 8 2. Partnership e 5. Other 3. Sole Owner 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each `official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant City of Corpus Christi Disclosure of Interest 00 30 05 -1 Rev 01-13-2016 Addendum No. 1 Attachment No. 5 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13-2016 Addendum No. 1 Attachment No. 5 _e nTTS & OIl>NPIIE`_ 8 I 80 2J31VM I. r Z m OAd 08 HOS n AREA AND MATERIALS PROPOSED FOR DEMOLITION 3NI1 0333 2I31VM „Z OAd 02 HOS A D Z oz= m O rn mmm MDG m m m Z m D O m (n O D r DoC - rn (n al >(n> -coo z=4 >0 m> QM rr1 o-4 c fn N r FW rn fn 55 O rn 550 c zo n CO mm 00 0 D m 0 D z r Z m OAd 0060 91210 N 31383NO3 03S0d02Jd 31383NO3 ONLLSIX3 mom 1310 „91. nMOm D D 01 m or mm D 0 -o m m 0 m 0 m O C D r O m m=m >_i co C O O m 0 f<�1 to Z D zcm ni 1n D Dom 00 rZ CDS r 0�z M0rnri m O D 0 =o rn Z Z O m - Z= Nm oz N 0 m Z Mm 133 • Om m mm rn m -1 M< S m y � F1i0-3 ti o 1 4ttd 4 y 3NIl NIV80 «9 DAd 02 HOS c c F 0 C 0 r z m 3NI1 NIV21Q/2131VM IA1801S K rn m D r z z 2J3M3S AdV11NVS N11 'M'0. 12J0 AJ_83d02Id 0 3NOHd3131 OV3H83A0 83M0d QV3H83A0 tO®c 0 x D z r z z m m z 0 m NOI1VA313 ONIISIX3 m m m CO-iWZ N55000 :xXDOm 2!n-0 I 0 x 55 9fl IHS 80 HSfl8 • r • 31OHNVIN A8V11NVS W m mDm D--4%30r--(m»D-I m0 1 rmr rrn0 CD 2N(n12 mZ f'1 D m D D m D D$ a0 -I O - (n r -I A -I OOO mOOC Zo�r-r-I - OD pOZDds -i Z Z Z 0 -o W m. m H D -A -1 r o S (n --I emu) rnco�m0rS'10-'n00 �c)omDZ=A C2 prn �rC 00ZZ(n D O-Immm0) n mZ r000cn7d0Co WDmZvr3r r O 00 m00-DizcDim-I O*NWppr�Z OMm OC -M0 O -IN W rovOO-n� mX Am C• -m EOmm m -I I I n 7D E5 AZr��z'oO�m C mmol= mm CWf m -0 atom 55 0 (757 o z= � `� 4 r p m rn .Z_7 0 M N C m m D m O zoo o0 rw2 COZ m m�tj �r yn 00Orn c=O<_.4 D V �OZ� m° Acr i-{z��2� m -s - • Z Fl 2rp mm z 1 0 O Z-DCMA mm o z -0pixrnnfn OZXZW'Z�m1r= co 0 01nD D'O=23O1OD (b OND -TIF rm-4ZCZCop 0) (j1 q I � O D 70 O x_ �mCO 23 w ! N rn0 DZ(1;(nD V om W-1-ocrn 0 m 0O 2 'MIO 0-1 O 0- m 1 Z 0 9 CONCRETE: (UNCONFINED COMPRESSION, 7, 14 & 28 DAY) CONCRETE SLAB/FOUNDATION SELECT FILL: SIEVE ANALYSIS ATTERBURG LIMITS SOILS: STANDARD PROCTOR — TRENCH AND STRUCTURE BACKFILL, SELECT FILL STANDARD PROCTOR — SUBGRADE DENSITIES — TRENCH BACKFILL DENSITIES — SUBGRADE (SLAB) DENSITIES — SELECT FILL DESCRIPTION PER EACH PER JOB PER JOB PER MATERIAL CHANGE PER MATERIAL CHANGE PER 6" LIFT PER 20 LF TRENCH PER 20 SY PER 6" LIFT RATE E. ELECTRICAL r O) N WO _, •., EST. QUANTITY m z :3111C13 HOS SNfIOH 9ti S310N30V NOIS 0IWWV2J1 m 0 m m O r m 310d 1HOIl 44/ 1ELECI X08 1V01810313 N m mN mZ m Srn0mm m m r m 0 Z ODm-i0 c< mSi. D(On3;a0 -1-1 D O m m 2 zpm23 •IO qm pY)-I mmOAo -n30= 01Z O m -DOS m mZ r -MM> 1-4rrr O D -I m*rnn 00 m - O c m Z r Z p rn W O) m AW_Azmmm c>m-m23 0 0m2�Z mmmmcn mmomw m00Smmc-i mrnm 0-s Z 0 55 0 S; -1 c< o C 0-10 ZNO-_- nOm r c Z r- z D N 2 m 0 O m WIPP <O mTI T�?Z c= riWmZM cm iZ00 -i `L _ m- m Nm Z O m N 4 NOI.LVOOI 310H3808 ISOd/08V1108 `L `L C C -4 -4 -i--I -1 -i m r r O O C N (n N m m m mKZr COMM > o >ccrP*tm=m D O D O D z A01rn0mmr MAI m0D mD ,c0 rzo0c�c)c) r- Eqm o O rn mrnn 1 C C 0 m m mm 0 0 x o o m r m o rn m n o mm -O>=1 m X m r �0rcn 2z n , -1 oo_irm D C,'TT1j-0 Zrp(no O��D-Z1 D N D O n O z D Z 0 0 mm00,23°>(n z<�rnm 1rnZAA x rn O0 M2 0 Z MMOW- ZrW Wm(n0r -romp m 1n LA0 0mOf�1r omZm0 z 0 y�-Cm Z Ow00z mxMmo C0i7-0 rm'T10 W'm-1 M O m= 0 m to -i i • r• 1V3I81, D m m W 0 Z 1H011 1VNOIS X08 IVNOIS (n 0 (n (n (n m A m -O m m O Z 2 2 2 0 0 0 O m rn rn g07r000<m W xg<wo W<mmlmx-*1 mxmWm m P1'1S—>O oi O Z =0KD>zOo0 0>E, •-< r <0 m --<<D4 to O20o t032) i--1>00 0 Z K Z -00 Z 0 N S Z a n o n >K2o = mrmm O D n m XM 0 - -1 --1 W Zm0 m-<mmrrm=omo o�2m SIZOv SCc-f)) N 0D 00O:m Im znm ;c< < O D O D C D D x Az fil o:cj mf(\um<o-m2mO=o m D m m rn *rmmrrm D mrrD0 fm ZO r rn r -4 _A " O n -OI O C> D m 32 5 z m m n Z o >r m (n A Z Z m N -im rn n 7rn)*mA m• 70 RE CD mlxn 0D 2 OWN O m M-1 cm 0C0mW SZ O MCOmm 7D0 X 4 0) Zr 0 1 O AE/3<z m 0, D r mW DD (7),0 Z D Z 07‹m O >0 m700 m<7 C—m› 0 0 0 O Pim mw M55 n O 0011 onm CD-nN-i 00D 00M00 =("M zmr mZ0 33rnP -1 m r-NirrO Wm m z m m m- p 0Z Co ZCzZrO zmo 0° 00m2 • lofm M jm Or= Z0�0 mm 2<* A�=OmA 00 D W0=?=m ?nor m?mpmz mm= m -I-1 Om0 m 07 0rnm = m1m'1 mzm00P1 55055 5555007'55 zmumi mxwo5-zi =0Z --1 mrm�noz< w g2q mO�mZjS _17.> m(nD r 4r Dmo0 rmT r O(? crn0z_co Zwtmn�z> (n comZ00 = O 731-11 M m vi m G7 m o z m z m-15555055 (n x (n m m m 2rn5r om 55? corn W 0 0 Z D m D DCA {m0 nrm 0 X m mD Or mw 05 0Z C V1 33 zn O c O m m Z N 0-1 mm cm = Z 0 Z N Z Z 00 0 rn n Z c V/ po m(n70 m 0 0 O m w0 07 0702] vz)OrnWDni W Z A Fr 10 (1)m z -1 Nzm m ori o„9 D rOr- w in ro0 W o (Nil 0mw 00 O p- zZr z 1n o 0 C 'O N 0)=19 0> mm D- 0> r- 00 p O 0PXZD Z DD(n0 0 0H� .DZ+ O 0 -m ZOD rn00 O >mrn c -I c S =�0 �rn2 mc20 _ ZOr 0rnx . A O U)W CID rn D D O O m r r -0 AWPi MZ W rn WW rn mz W x m- Cm 0550 m O00 r' OZ Zm 055 00 m" me AO mm r -V)-I Dom p Kz (n� x. mz -1 m 0 m 055 ro -i mar 0 Z W (npi X 0) COO rP1m 0 D O D z z mom 00D zm >MO CO 0 O OO MM - D O j r0 3.1)7m r zap 00 (T) M U1 mOCO DZDrn DI m m MC * O D ='O 7< m 0 * O • 2 Dz z 0 m rn m m PT m n 0 < 0 0 0 0 W K r W mooDO-O In P1 fn iT1 1T1 r 0 0 0 f11 O000 0 m m m m 20 0 0 0 0 O m m m m > m o o > >0 A Z D r m r m r rn W D Ox 0 Z X08 1V3181O313 cn 0303* n 00 Om 0 0 CO W AZNcO M m 0 0 0m -+z 1 mmmz CD D i m 70 C D N C r -4 m m -0 c ro -0-1 m c m rn c C -4-4N O -O r tnmQfDzn2-n m r C C -i --I N m-_+Om1 r m 0 -I<000 Z Dfri D -D A) m 0 0 Z 0 O z rnm m O n O 0 n 0 m Z rn m u) m rn m z rn r m n m 0 fT1 m m z 0 m m r 0 W c m m (n-0r-nmoom D O D Z r m O C 0 Z r Z O 0* 0 m D- O 3 c-0 z r nn Do E: --<-zcm-n2rm--im0 r PJfnn m o m E m O Om0 o * rn o m r n z Z D m 0 r Z 3dId 3012101 P W N -0(110-4000 SZ Cm 2TTIO rnr 5i3° co z z 'm-1 0 rn f.74Tl0 rnon 20N0 mc00zmO OMCNi3mm(n Am23 c0 *p1 D(nn q x1 _10fn255r ?:;?Ki! 2Z 55 OZDOOZD m (nm�Z 000 -tomo C Z 2 c - 7 07 m 0 Z OSDn-10D !:::!! '100-zr�Jn DOr(AZZZ mWOmc o mCDCZ r (fPKP 0 0m0m O O) minor Z rZ m O±m Viz. W D D r z r r 0 Cn -1 m-lN 5mm m 33 'l r 0 0 z 0 0 (�r7 O 1 rz(n Z 1-11 0 73 M (n0* r O D Z Z W O Z W = -*1 °) o z cn >x rn Z m m 0) !n m co 1 E7 m O in U1 1 E4 E3 E2 55 -s E. ELECTRICAL 0 N 0 -. D. BIOTRICKLING FILTER INSTALLATION 0 W 0 N 0 -� C. STRUCTURAL FOUNDATION B15 W - j B13 W N W - W O 03 oD CO CO CO ' 03 Cn CO 01 B4 W W 1 82 W --• B. UTILITY IMPROVEMENTS 3>> D) W 1 A4 1 D W A2 1 D A. GENERAL CONDITIONS & SITE PREPARATION ITEM MISC. ELECTRICAL, SUPPORTS, GROUNDING NEMA 4x JUNCTION BOX #12 THWN COPPER 600V 1" FLEX CONDUIT 1" ALUM. CONDUIT 1" PVC CONDUIT MOTOR CONTROL CENTER BREAKER & BUCKET ELECTRICAL DEMOLITION 1INSTALLATION, ANCHORING & START—UP OF BIOTRICKLING FILTER W/BLOWERS UNLOADING OF BIOTRICKLING FILTER W/BLOWERS 16" REINFORCED CONCRETE FOUNDATION COMPACTED SELECT FILL BACKFILL COMPACT EXIST. SUBGRADE 18" CLEANOUT ASSEMBLY HAYWARD BASKET STRAINER GRUNDFOS CENTRIFUGAL PUMP 2" PVC WATER LINE TIE—IN TO EXIST. 8" PVC PIPE 4" PVC DRAIN TIE—IN TO EXIST. MANHOLE 8" PVC DRAIN TIE—IN TO EXIST. PIPE 18" PVC DUCT TIE—IN TO EXIST. DUCT 1" U—PIPE CONNECTION 2" U—PIPE CONNECTION 4" U—PIPE CONNECTION V) 0 2 03 0 -0 0 W -D 2 0 z 0 0) 2" SCH 80 PVC WATER FEED PIPING W/FITTINGS 4" SCH 80 PVC DRAIN PIPING W/FITTINGS 18" DR18 C900 PVC DRAIN PIPING W/FITTINGS 18" GF HARVEL PVC DUCT PIPING W/FITTINGS ALLOWANCE FOR UNANTICIPATED ADJUSTMENTS CLEAR AND EXCAVATE AREA FOR PROPOSED CONCRETE FOUNDATION DEMOLITION OF EXIST. PIPES, DUCTS & BLOWERS TRAFFIC CONTROL MEASURES EXPLORATORY EXCAVATIONS MOBILIZATION DESCRIPTION (n D ?i ?7 71 ?I y V) 0) (n 7(D D D D D D D D D . . ?1 ?7 ?1 N -,0< (n (n (n W Z -=I 200 O NO 40 _. 1 50 O CA O) -s -- - - - W --• N W - 50 1 O C31 O 00 0)0) 0 it .� -I W k7D-Aro to C r r n on�z o_ A OND y(n0 mrm r r r CO D z 0 03755 c<m WPB O_ * wr •np0 z m2c W n Dock m � n D n 0 Z O Z -7c - 0 m00 -i mA V1 >Z D 0 c Z mo mz Wto cr of O Am mW 05 '- -mo n mwzz r m0 m CI < m Fri m UNDER THE SUPERVISION OF THE =0 XDo CO D*(n(n2D >7 -0°Z * O -In Fo --i (rnn mm mmm K0 1.123 x0 (n <-qm �m O z - D _n mpo'< z co N -o MTWay o m o -n_-1 0 mZ mA rnz> r� • z 5 2 D or Z0 0> DA m -r rC ZV) m S z D H D rn� 0 m m � z m7 ( 27 0 O-r.fPn nOf1Dr Z O c�i000z WZmDDmw (7) 0 m m o O C Z= z P100,0> mz5cm m Opon<Km ��-� SOD m�n m(np�1N -15 >z FIrN>Omo m z 1> O S W 0 r >0 ZMM D x 0Wen om z D FW -0 =1N m O n N W m m0±0zz0) A -1M0>> HH p r 0 0 = o mm zm m fT1 $ W N O * O D 55-1 Cr =0' tD m C o0 z 0r o • z P 0 -nm 00' zZ rom z (n •0 m rn 0-0A mmz 55N D m 0 0 W C N* ?Nn O D 0 -rte m °W0 r 0-0(A W o{* o rx :z m 0 D r r REINFORCING STEEL TO BE GRADE 60. Wo O 0 mm 0 zr� Oz 0 m mm vi -m-4 rx m A m •• r OF THE FOLLOWING ENTITIES FOR DELIVERY OF THE D r r P1 z W Nrs 0=0 P1Z m O m (hZc Om -1 m o z mm m0P1 m z rn A�0 mc 01�10 rn± D Z Z 0 o A ZO - x 2 'Dm mcg W O O m N 0 Z0Z 0P10 -1N0 1-00 70 M 1 cn D C r zcr Z m 0 7 0 N 7c T1 m zm rn o4 D 03S0d02Jd 13f1N1SNO0 'S3NIl .11lllJ. W Z le • r. r1 • -4 ►. 4) • e- • • Z • 0 • r. © COPYRIGHT 2016 ALL RIGHTS RESERVED 04/13/16 JCC ADDITION OF BOOSTER PUMP & STRAINER PER ADDENDUM #1 04/14/16 JCC REROUTE EXIST. 8" DRAIN LINE, CHANGE D.I. FITTINGS TO PVC & ADDITION OF CLEANOUTS REVISION NO. DATE BY DESCRIPTION L1700 I. 133PO2Jd ,U N) '0N ON011210 02100381 Cn N O Th cn GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS LEGENDS, ABBREVIATIONS, NOTES, QUANTITIES & TESTING SCHEDULE REVISION NO. DATE BY DESCRIPTION CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services Coym, Rehmet ts Gutierrez Engineering , L. P. TBPE Firm Reg. No. F-388 1/4 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 Phone (361)991-8550 Fax 993-7569 email: crg@crgel.com T* ,,ate •. '•. Ji 111 ne •' *Ill 1 JEFFREY C. COYM 1 101983 t f� •• � /gENSr(,.JA ArcAle +//s//6 W:\GADO files\20500-20599\20593 Greenwood WWTP Sheet Set\4 PROPOSED 511E PI.AN.dwg, 4/15/2016 11:03:56 AM, JJohnston, 1:1 CO CO I V v 01 cn N N N Na 0 V 0) CO (D - w o0 N N 0 VI N O wo coZo (11 N N rnrn 0o a (0 c) Zl per m= 00 Om C D OZ m c) 00 z� O DI 0 z r mr D r r 4 A II CO CD m rm o z z 0 23 O O Z O L rn m m z 0 mmr�* CO `ONIHINON "ON 10 z NOI1d :10S30 `NOIIVA313 2073 D CO - r m c4 r -4 0 2 - O0 > D t0 0 3> 73 o MZ (n 01D z C D cy1 0 0 O Z X O C r 0 p m z O 2 • Z C m O m m -7-1 -4 O o -11 z = -1 0) m D •m 0 01 o- 0 0 z 6) r m 7a 0) rn z y � 1-3 tti tt t 4 CDCD • AUTOMATIC BACKWASH FILTERS co m z 0 2 rn 00 • (71 D 0 m P1 v c D .Z1 z 0 0 Z W N :HUJVWH3N39 133POHd - c z rn 44 z z Cn DDD rrr - -Im O O o Z Z O DO -I Z TI _ O _1 Z z2 m o _ co -0 O_ On_ Z �J R9 0 5 O r co T1 z �l r�I o D C Dr O* M � � Zi, D m 73 OD w o Fn r .J co C U) =O O o W DD �m O O cn5 rn11ornz m m O _ -IO OIC DZI W Z O 0 H� ID Cr W zz -0o D - p 5 Z DZ O> �C ZO z o -n r -j cnc o Co N c mO mo o CA D R.r • 74 z (02 '0N) 11 3dM JO S233JlY1 1 n c --I 0 0 0 z 0 0 O r c C m 0 o0 0 -o I I I —Di N�OONN%0� X" s s En � X r 0 �N NI< fJ4 (4 m r- Z m X • W -0 0 = 0 z N 0' z 0 0 I vo =10 mz 0m 0 c t7 CO c 0 m C W c c 0 3, C co c 0 0 CO c c 0 r c O 07 N M 0001 m 0 m N 0 0 co BVIS 'ONO° '1SIX3 00 z 0 O N 0 m 0 03 m CA0 m 0 -o0 PO m r r z r 0 z Nm O xo ®O m U) O (0 <� m0 p z m� C 0 D z r0 -3 m z O - 4 rn 1 1/2" rn �0 3I O r xmor V 73 0 co 0A) 0y sx ,e oNm O 0) D1• Cz -0'0 D O O 73 m m OD -Oz memo D pr m o Dm > O D-< • 0 mrz mmv C C O O c -1--1• 1-1 z O -1 m 9" ADJUSTABLE PIPE SS PIPE SADDLE SADDLE SUPPORT W/SSU-NUTS & BOLTS • 1„ NON -SHRINK GROUT x J. N V f 01 CY) NJ � CNn 0 0•v N 1 4— �L ------ — z N 0 0 m 0 0 03 0 O r 1NflOW GINS 8311Id018 c002 m-4mr HrElm 0 0 3 x 0,ZOj'x ZLi) -4 •S 200)0 o_(0m za Z I �z 1 3, z z -0 COM 73 20 a m 03 F 70< �0a 0 a 73 D mv roF 73mo _,23• D 03 N 0;D =o> m0 r0> i WVGADD Files \20500-20699A20593 Greenwood WWTP\Sheet SetA5 REROUTE EXISTING DRAIN UNES.dwg, 4/15/2016 MOS. 11 CO CO I V 01 N N O03 CO w o Co Co N N N ▪ O wo IP -10 co w o 0 O m Z n O z� �W rn �° M O z D 0 r o rZ n73 P1 m n m `ONIH180N "0N I18 z 0 NOI1.dI83S30 NOIJNA313 M ro r c m M r � CO >z O n Z a)a)Op D 0 0 23E5 rn 0 0) O c 23 m Z n 0 z n 23 rn w 3 '4 m z 0 Z m m 23 O cow 01 0 0 111M 833NION3 o v z o 0 c- m q m W r m O -4 > D m • O Z 0 r 00 D xi • o r c N 'O = o z z m m C r C n z O D • 0 o d01 NO 310H 1SIX3 3H1 JO :MUVWHON38 iO31'OU1d 0 mn C7 z r Zz m z DD �r D N 73 mm az 3' MIN. COVER 12" N3 0 o 77 o 0 CA CP X M CO xi 0 zrn 0 m CO—I 0 CO 2D Z 0 r m 0 03 zn co co 110S d01 3ZI11±83d co - 2:1 0 NJ rrl - o co 0 HON381-01W IV HOIH „Z/L 1. co co 01 i 2 - >7: (11 a: rl: >m—l: nirri 2 z 8Z'9Z = Wlb dO dO Z 20 MI 0 0 0 0nd 0060 91 80 38 13NNOS83d 0 Ca 0 Oa CO Ce/3 0 33 01 Co CON 0 Z CO cri on 0 -u on 2 rn co AV,M3AHC1 SNlISIXE co 0 Ulm i0 P 01 co On Go co VI 0 M co co co co • • • • bs 0 al (73 co 73 om cm 0 1 73 co 0 fibuT CR: ts ca co cc co Co u 0 z 6) m 73 0) m r z AUTOMATIC BACKWASH FILTERS I 73 0 1— oo GI 0 CONa N3 N3 CO Zni Oa co co • op Oa co za cn M XI 111 cn co co oa ea DI 0 - Ul co co - bo OJ co 77 0 CO NJ CA Na CO —10 0 0 co CO 0 mr OC CM CC CIC MM CO o 0 z 0 co INTWENT STRUCTURE_ co co MS 9 MS 9 MS 9 z m=10 77 m co 0 0 77 IM 0 COPYRIGHT 2016 ALL RIGHTS RESERVED 04/13/16 JCC ADDITION OF BOOSTER PUMP & STRAINER PER ADDENDUM #1 04/14/16 JCC REROUTE EXIST. 8" DRAIN LINE, CHANGE D.I. FITTINGS TO PVC & ADDITION OF CLEANOUTS REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION '0N ONIMb210 080038 0 GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS REROUTE EXISTING DRAIN LINES CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services Evneering, IA. P. TENE Atm Reg. No. F-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 (7.\./.. ..**•:C5)11 ON 101983 ii AL 6C-N.C2— -13 rn 10'FI^{LING F_TER Vi ..n., JV • ' W N OD > m-1 Ku^cK (/)W mr r Am Fr ZOm z n_i W. O Z0 Wm MOm. -I CO v• n Z - o� C-cnpC Dz =-I -0 00 c me AOD AA Z0 tn• z 0 -000 -o A Z"_I ...71-- -7-1 v0, xiz Op-uc pAO� �m r cA w 23 0z Am mm c= me 1 m ZZ �m xi -n ?n Z N= O? 0 Oc O r A z > < M� m(n K0 co mm O M m -ZI _Oy =r C-D-IZ AO N O mr Z Wm O `L (nm 0 0 ' -0 E: Z N 03 r0 Fl C/5 it w -M m>z�.zm, -Zi Dc SO > m0 V. W-< U) A Z mA r00p frrlZ - -< O ' Z D0_Im00C W �'D m XZZ'0Z m D O M O r- A -J W -0 Zc 0 D . Z - Z < N N x)) A * ° 0 mA m I c = o 0 o m v v m z n m o A= O O C) O m) Z D �'1 Z O Mm 2 M 7( m P Drr1 CT N3 I I > (n-0 -*IW2 O C S D D DNA-T1W2 O C; D _-`-•0 =_= N -0J 0 O C W r1 A CnZX zvi OCW zc Hi t110 r- 73 Inj COZ1D ZNC--NIIC cnnN-< =mix. cn--1Z ZVW CO N0 (nOODco (n��rn NOON r�OW Z�N m -(Zi)�OG)(On n m0 = A r2ZZN OWO�D CO A rno 1-2ZZN Ammo �O(7A0 WN r r A M Zw AITl r10 <<< A nC)I'Tt rr._x-VJ-i C7 D OC mCO0 m Z 2 ZN OA2 Wp-Ni D - r2(n A -I -o - 0m0 r OC) AO CZ--' -1z mm -ice DOW .-. WN {rD G>01�?N ? n E CO AN SCH 8 LL VAL\ OCZKo S N N wN J 80 P CTION F NAIL 3, ON W n in 001�?W Z D- WANC mf -UP r W DZ0 2N�O W O N N O N 0 03 *=0 rp O A An 80 PVC TION AS AIL 3, mgr xi 03 N r 3 Z'0 A0V1 NJ CO 0 O x ,RT -UP JIPMENT OTHER O< frTI r1 O W V,n Z Nn- = O<m r Dm N y- (n" m< I' ao CO o !n DNiN Sm 000 1'T10 DC)�X mNC Amo `-' m AA�X vi m AIm-� C NW ••O mZN A cm r v ln�C co 1 z 0 O IA Om2 0 N fnr-0 f<''IA D� 3 -on< DEW ^gA mem c� Crco = mem v VA� Trim ZnW rZ0 D q mD10 Dm v rn (n .Zml� D=W 13 a r v Ox WD< (� c, NO cON IS mN Aoo� Z(n CO o =[n < OW;V0W 1�T OS o ZW= ._ ., ma vn s 1-- IQ zv v (5K 1 W fl -(z _ o r- vvz i vr2 a r1< �O r -(t �Oo �N 0z m m m m^ �. 1 z-c;z co Fl r Op< 3 IllalikltZ �cm(n n N I , Z m t. 2 or COMO W ...im m n A (7)C7) 03'1 1E: �Q W♦'ZI'+ z^ 4 filt raI 133 mm0 �_■M\ v.r /�� w 2 mN �\4ior Ong O m C ` J / $ Q 1!�) Lo IMMII� vU z -n mAr D=r r�rilk D N3 -I 0r h W Y I --I O N 3 IC WW >ooN I nilk r- mm 0 r Nna 2 r 111 m ?1 'D"ION aoJi� _. Z ® (nA 2 - ZmZ r <�•co O m //�• —I n D 0 0 One D0O T r = Z mx0 Zc =1 � zcN p �v N Z �( /^l w r1 x .. N r W to m ° r c < Z 0,. ,tDiN,n �Ocn m n -ni 4.1 NWv rii m� z m�r1 m ooa —1 v D HW<c0', _ c vr1 rn<ns -� AOS grabbit3/4., C70 Imml g'�` r (n0N ..W�? = C mo mZiir 02 zn ma o Z �vcN)i 7.11 OGICI® C c3Zm_ D — W r 0 0 U: 1 co O PVC U -PIF J ASSEMBL`r 3, THIS SE m < N . _ (T I 4" SCH 80 CONNECTION SEE DETAIL 3, - 4" SCH 80 BALL VALVES 4" DRAIN LINE SEE SHEET 4 I_ — -J 'I I -W _0 C°.. PVC U -PIPE ASSEMBLY, THIS SHEET D -PKs1 -N -rt"r Z 2 0 1 m h71Y W N (n D > r D O2r r r r 00 D n K Z13= • Z mZZ Z u)O O Z Z -I • a Z �i 0WW 1-9 O -±zm co 2 m z W< aD m'A� C ■ PM 0 V1 1 �7 til (n m 0 0 V/ J O Z H -I W r 0 11 m rn Z N O Zm O %I r 0 Z v L1 o N < >D m -° mm n = n �� A co N N 'm )11 ,..% r Z © COPYRIGHT 2016 ALL RIGHTS RESERVED !11 04/13/16 JCC ADDITION OF BOOSTER PUMP & STRAINER PER ADDENDUM #1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS CITY OF ........ : PSE o F rF�4� jos• .qs�, ,* :• ;� •. *y t * : ' *� 0 JEFFREY C. COMM i ••' �!OENS•' �`f /...AL .=' ,.. ----0s-4 / I. CONSULTANT'S PROJECT NO. 20593C CORPUS CHRIST , � C y \ 1 J Coym Rehmet a Gutierrez 1 Eng><neenng , L. P. TBPE Firm Reg. No. F-388 ?D DRAWING FL 21 TEi(/�S WASTEWATER e �f1,1 L jt.7 ('� i E19hI375G9 # email: crg@crgei.com SKID MOUNTED BI0TRICKLING FILTER P&P START—UP Department of Engineering Services ao .A., e:,,,m,. I. i 0) Cn :rs W N -ITI-oo m-000-0 D K -o Kc-Iz W -0Do(n0 O Kmomo o r �7 u, 20730 DOOOr- OX> ro x zAnOZ O0mxz MO m m.Z7rZ --<nn�D Hc) u) cor-(4 Dm -Im (70 WO �CO23 zW 0 mrr, Z rT1 p 0 cnm0 Ra ®WD 2-6 ' omcOKcnW OW -i m 73Cn>m2 77' 0 z004 -4r0 w- mmn m 0IIAO?i m>cn �7aor�rr- Xp 23 cmrn oo xpoCDr_r02n�D0 C: -0X23D m mmm 230 m_rnooi c1mmD� m�Morm I-r�r,,-0O mAKxn 02° Ooz OoO� rn - O -ice 2'-6" oro zZ 0 U) o cn < rDrO Zo '1cn rn-► cnz 73 . �DXoD N o COM m Oma 2Da7 c72 < w mc') 0 0 p O x0� o*Or3� o(n-CODM ZxZ D ow W> x rr7 D C� COO _o x- cn r 1 ---- Xm (n A=-IZOm.ZDJ -1K 0K M<pD2 -IK Mri -1-1 m O x m xm0r m o N - d O cDo r 0 m W _ fT.p.r DN'z'1m� �^ODDDr O 71 cn c)W GO r D fID GO r- W��mDO-WX2-cnDm�oDO mem zrrn �a I_ •mOZm >1-I Dr 'A : 00�Zm cmzr z(DnprmmTl� cEPIC) X . >m - 0Zm-0 �iOA rm �P^I1 Zo fmrl�-O-IDWD ooDOZ m�DrW� !n [n r*r7 Om WO 1`! c4 j 10 SIM O-tRI 0!0! -' m OZm -I =r=DW� �mzz�o4 pmmC Dcmc pp�_2 0773 K O�� vc_O m W Ocn O A D D T. n m :0 Onx-• m xf+'I L7 -IO D -I o m G7 rz-0 mz zmo_._(azor.,. ooz rD0 mD Km rrrr77 m G7 -'-om _ o m -1-m Cm�O NO`tcrn Ooo�=Zo��Omm OmDD ADZ pW m 0 =� m O -I x z 0 < EO Z Fil m co -I fTi C7 O r O -*12Aom„ m�u)xi mzZcm cO cn O (Ji m� Z 04r 0 o rm m(� 73 .p. ® Z �_ co_W mm t� (n °73 W -A r�-7� D om N ."[m) r , • WW Dmrr-� -I� '0 < N ZMZ" H 0rorncn z mo r r -n -Ipz -rnMr -I-1-1 .< I Hmgcc0 �z zN- �` -Or C7 O 0m_o _I (mn mrxrl 2r m IxTI �,a .Trnl�Ci 0 rri ocp D< O) 0 DDD z ODr � -v M m rm O cn 00 ZQr �mOrr+)w D rm-r-0 Ww �, op D ° O be Zr -D T. < Om pp - N 0o I -1� �k k Om c.,4 a) AD cnr,l Dr Om �Z m' O ? w - • OcnmZ Ncn�Ommm pW 0.=. 0O co 73r -7-o -I -O- co one C:0 -r m <or GA- OD O -u m O Dr m� 0--I-1 N co cnrOmx =l zCjI i mOp 00m-iz cD°42m x'73223 N0o.m0 Mmoc)xl C:( -A Wm mi,a omx oZ K c min zn v w m rrl➢�mr ±-IZr > mD O Z NOloym> m Cm- O 00 m o -I ZIP < �� z < z ND -rn r- 73 c)In CO 'o • pD r Z r r O z00 -tO Z o x18 (n Z y�� OD `� r F 004 r oz.��m c- m %JJ l+ 3'-6" > -o * 0 0 II v \mox I I AD nim Z 4o ;m co 7-1 Jm lm73m M O.TOJ o Z C Z m co z co Z- U) - Z op co 0 y mm _0 (n-/ _<O CO .-Cr7 r N --. I D 2 6" *Ilibw a� ap Q , Tr , r co 1.-t, .: 1V n Na CO W D ' D O NP 0 In m >1--< o c.) -1 -7- �/ 'L 02 1'-6" I Io al P " 6rz ca ? N t� Ir 111 > C \ / -/> % Q DO AD _t .. „.._ ,„ (7 , > _, - ''.N r___ , 7 ..d. / SCALE: H: 1" = 2' V: 1"=2' o I O m o co, .. I . w A �� n ti E 1 -AB/FOUNDATION PROFILE :OMPACTED ' GRADE SOILS 3 } COMPACTED ;ELECT FILL MATERIAL 8 W 8 W 8 W /FOUNDATION PLAN VIE\ ��Llllriri2 b {t2. �1/ W I -- 8 UCj °v4 Pi ,i ,, I 1 , If n � . N I i -.. ///:.,,,,,,/\ _ .� I / "� ' xv,\I % 00 IP rII 1jiiv N. ii) o I , 00 11 1. 6, 1 6' 1, 15' .� co z t � N * z -1 0 7 �� ADDENDUM NO. 1 ATTACHMENT NO. 6 v 7 ` FF N 0 0o W 0 oo lbs 7 V ZD 8 i 0 RI r bS o 73 3 D / x 7 7 8 NVS 8 �' ' 0 /z cIta r 'rl M m 0 © COPYRIGHT A 2016 ALL RIGHTS RESERVED A 04/13/16 JCC ADDITION OF BOOSTER PUMP & STRAINER PER ADDENDUM #1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION a) ^ GREENWOOD WWTP EMISSIONS & CITY of --_ o CORPUS Coym, Rehmet Gutierrez c,, °•F T� gS,1 0 y o n -i n-1 1 o XI CO ODOR CONTROL IMPROVEMENTS CHRISTI 1-6- / �� Engineering, L. P. TBPEFirm Reg. No. F-388 , ,. ;, •. *y, JEFFREY C. COYM 0 N o _ TEXAS 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 101983 i e .''�!CENS..f'� AI m z -P -a FOUNDATION STRUCTURAL PLAN WASTEWATER V \ J Phone (361) 991-8550 Fax 993-7569 email: crg@crgei.com . / ;o`E=— y o Deportment of Engineering Services j* `t�JS�/G zo oAz z 0 000 ® 0 c c m W 0 0 m r Z 6 \\ ano m m mo Pi r020 oc>O 2gir�j� rn m N 0x 0 CO r 0 —I W r too O m < z o 'o r0 v n N z �mr7 Z o in A G'� o o X G7 c m X F2 in o W m o J _ /9\1% N I ,� CO ®Orr,W n o m Nz • „ N oXI , Z O D ° O C 14%., laism m2o owm 0, .tiD r. --1 ® O o ® e .`-' Z _ DrPm -0 c rn v ci144 A-tW mm, om 0 a)z0 -073 mool Z O ftl L7 *Or A Jo c m z m Z SCALE: 1 /4"=1 '-0" m r I1' J HT N l J r ° \ OD /-CONCRETE COLUMN rj �v f i11 1 i - I/ / j ' i ' i 9 1111Plks N- 7)7-7/Hilii:_piri I_____:_i —i I iI N' 7 , ® ® 6.3 0 8 0 t, m Wy D:r7m D.Z7 Z z �� 11/4% I .� o x0 0 ON zmm-m m-cil rnA -Ir a<5CFp,00<0C Or Om r f*1 z e4y F2zn -1 '� C rV I 1 - ' t n \,� mz oo, 5 c ca zZ c_ cnm m rn� 0c� �rn x0o T n .Zm7 .Zi � CO n Z� .Z 7 N Z I T 7 � 53 _1 O � z / kill I rri Z 411 W z XIS y • en mng r n OD Mr? 02 �♦ ik IV >000000 rO z5D rc co �C �T 1, .. 'D c 7Rz--+ c_ O z r 0 m x O� X ° I'Y /ti ‘Wr.,* � c Z O W ZD rn L C N z c -c Or o� ANO ijOO rn z zw ®a �Z O -1O O m m * 0 �� / Ckt\itkN ♦ �. p �� �*g on nu, mN O O'2o cEl NN Or e7r W r -i 2 .Z7 W N Z Nj N .'O X �z I n . N C , A C r 7 =0 4 mm t— n m 35 n nmr'r 1 0 co �O N1 DO S AZ N I , V / C A A D D rA mz mZXI M v)o0W Axim to C 0O F-"[7 D n r -0 0 "e c D r m r m m n 05 N 0 ^ M I' X v 0 oo xi ��f 4.7c rX N -N-i z _0 O N 0.."--' Z P : . n P D_ w � - n N 08 To xi O iH G7 0 ° Z p -iZ O 73 r z W O 5 Z�y 1 z i 4 'PtI I D m IC 1 :ipucy,[5 ELECTRICAL �� relln � �� ‘llillIllillallimftic • � �0W w CONCRETE COLUMN I � T 2 1 - - � � � � o 4- � /Il __, N0 Z I N !.� � �� 0 ). r 4 , I I ,, 1 COm 0 L /2/7 s a L e z i N i / D �% v O / i C 9 A ---x WDENDU] PTAcFW:I J 4 H j ' 1 1 0 ° nt ENGINEER TEXAS FIRM REGISTRATION N 5656 S. STAPLES, SUITE CORPUS CHRISTI, TX. 7 (361) 992-2264 - lA co ?G SOT Z © COPYRIGHT 2016 ALL RIGHTS RESERVED /1\ 04/14/16 JBM ADDITION OF BOOSTER PUMP & STRAINER PER ADDENDUM # 1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY 1 DESCRIPTION GREENWOOD W WTP EMISSIONS & CITY OF p0.49[14. CONSULTANT'S PROJECT NO. BATH NO. 2848 Co Rehmet � Gutierrez e 1 Gogo ??D DRAWING NO. FL 214 CORPUS �, i (s* "��: `` A ODOR CONTROL IMPROVEMENTS (1 CHRISTI a Engineering , L. P. Reg.y TBPEFirmNo. F-388 o ° OSE B. MARTINEZ JR JR 4 TEXAS 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 0,� e 89385 9p ��'o CENS0;� ��:`p9 ELECTRICAL AREA PLAN WASTEWATER Phone (361) 991-8550 Fax 993-7569 sii.. ONgL Wit Department of Engineering Services email: crg@crgel.com OW//9�/ 016 id SPACE G)-0 w- A -N 0 N -f- m so SURGE ARRESTERS & CAPACITORS _. SPACE xic 1 r6 VI 73. 1 ma 04 phi/! 0 N�1" m A SURGE ARRESTERS & CAPACITORS — mV! SPACE SPACE WN SPACE SPACE 60 ADVN Ny. N AD NNp N A! ry! y3 r SCALE: N.T.S. SCALE: N.T.S. YISTING WESTINGHOUSE 2100 SERIES Q y z JVRCGIY & CONVEYOR I CC 1 Vey CC Ca R 88 ZZo A r71 Tc (0t C„ Icc y�y 0Ca c q1p� O c UFT STATION FAN SF -2 A A N m N 1 N - WK CC -I ��C � 0 1GC N - Ca CC pcC 0 IV 0 m A v v yr v N Op< _.9c C • <1p rDnn ODOR CONTROL BOOSTER PUMP cDArc > n z rn xs NON -POTABLE WATER PUMP W-1 CC I v N Zp< O ng G • ODOR CONTROL BLOWER No.1 20 HP/ 1l'i ��3vs n NON -POTABLE WATER PUMP W-1 Cr �'-) N w MGC -1 225A/3P ATS SPACE £ � BAR SCREEN BS -1 0) SPACE NM � 2 BAR SCREEN BS -1 m 0 DO 0 N Ni Dn -a Z• Op NOz V• < • CONVEYER BSC BAR SCREEN BS -2 J\o _ 'O I OD1.4 NOz < �O n no BAR SCREEN BS -2 - Q z Z V >� A ODOR CONTROL SYSTEM NON -POTABLE WATER PUMP V 1cc�1 ,!, N SPACE ODOR CONTROL BLOWER No.2 20 HP NON -PO' WATE c 1GC N 1 N 0 f m m z 0 t O / 1 c m SCALE: N.T.S. UFT STATIONTI SF-3 �. SCALE: N.T.S. 2100 SERIES -D ��~ I c1- A- CA +�iyDCT 1 1Z~ Z CC 0t 1 1 cC A1- w N O N A m N SPACE A SPACE A 1CC -it 1CC ICC 1CC COM 0-0 OD -0 U N 0 Pt,' N..yy 0 rNp SPACE n m• = rn A .'Tm1OppN m� tn -o -/ .m. A Eel AZZD> a� you, MaXI I SPACE SPACE SPACE SURGE ARRESTERS & CAPACITO 0) y�N tjcg � D SPACE SPACE SURGE ARRESTERS. & CAPACITORS 0) I D O©OO lg 5; rAl x I l z z Z •-4 / • E E Z t mOO A A N � O C7 $_. III IENGINEER TEWS FIN REG61R1110N N 5656 S. STAPLES, SUM CORPUS ORM TX. (361) 992-7264 � � O O g ! r 1 R3-rJ c0 (0riD n M 0 COPYRIGHT 2016 AU. RIGHTS RESERVED /'\ 04/14/16 JBM ADDITION OF BOOSTER PUMP & STRAINER PER ADDENDUM # 1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION GREENWOOD WWTP EMISSIONS & CITY OF ai o )-E OF ��" CONSULTANT'S PROJECT NO.1 BATH NO. 2848 J CDym, Rehmet (� Gutierrez +; 0DRAWING NO. I FL 214 CORPUS ` o `JR., ODOR CONTROL IMPROVEMENTS CHRISTI O R Engineering, L. P. TOPE Finn Reg. No. F388 CI o t JOSE B: ialiiEZ JR 0 0 89385 + p4 TEXAS 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 0 egp� ��CE�f��v0� Vis.... ,,,.. �� 0 ELECTRICAL ELEVATIONSPhone(361 WASTEWATER 991.6550 Fax 993-7569 email: crg�agei.cOm.7 L Department of Engineering Services dre o1f/79/ 0/6 id m z 0 z m m z 0 D Wd219vI4 3NI13NO S3ION NOLLOf1WSNOO TO OFFICE BLDG. ATS MCC -1 SEE SHEET NO 156 F r r >-+ FINAL CLARIFIER ic. 1 FC -2 SCRAPER DRIVE SLUDGE PUP S2 SLUDGE PIMP SIO -4? -0 EFFSCREEN LUENT ""'-��/" l i--.4)..� PRIMARY CLARIFIER SCRAPER DRIVE NO 4 PC -4 CONVE IP -u NRA -POTABLE VATER PUMP V -I RAS PUMP R-1 RAS PUP R-3 RAS PUP R-5 1 Y. BAR SCREEN a No. 1, BS -1 N w a aj5 LIFT PUMP '0 a 1-9 LIFT PIMP '^P I-7 Co J 8 D LIFT PUP PPP Co 1-5 ® cc �-4}. <n lit LIFT PUP 1-3 GRIT VASHER SUPPLY FAN SF -2 8 LWT STATION 1 £-00V1 ONIISIX3 LIFT PUP I -I r • 41.0 Cyy-. J wo r W5 6g L 1-d0 ONIISIX3 DGE PUP SLUDGE PUP Sit LIFT PUP I-2 LIFT PUP 1-4 LIFT PUP I-6 LIFT PUP I-8 LWT PUP 1-10 /- co W m _.//8-11 N RAS PUMP1O R-2 �� Hv4i-. ba"14 N F+I RAS PUP R-4 NON POTABLE VATER PUP V-2 BAR SCREEN IC 2 BS -2 BAR CONVEYORBSC SUPPLY FAN SF -3 E LIFT STATION FINAL CLARIFIERa NO. 1 FC -1 �� SCRAPER DRIVE ro U.V. UNIT TO OFFICE BLDG. ATS MCC -1 SEE SHEET N0. 156 a1/ L L J 4-0011 ONIlSIX3 a COPIRIGHT 2016 ALL RIGHTS RESERVED 04/14/16 JBM ADDRION OF BOOSTER PUMP & STRAINER PER ADDENDUM # 1 REVISION N0. DATE BY DESCRIPTION REVISION N0. DATE BY DESCRIPTION L40013 j 10.31`08d Alli ON ON IV l0 08O33d rnrn 0 01 GREENWOOD WWTP EMISSIONS & ODOR CONTROL IMPROVEMENTS ELECTRICAL ONELINE DIAGRAM CITY OF CORPUS CHRISTI TEXAS WASTEWATER Department of Engineering Services Coym, Rehmet 45 Gutierrez Engineering , L. P. TBPA Fant Reg. N0. P-388 5656 South Staples, Suite 230 Corpus Christi, Texas 78411 Phone (361)991-8550 Fax 993-7569 email: ag@agei.00m O')O 0 • 004C *":* \* o kJOSE B. M_ARBNEZ SJR. 0 o...r-44 9385 "T..t ttseed ,CENStrt/l��0444 �oxeiao� 054/111/ 016 0_ 0 O m X Z v A O c ra 0r_ ®. Gz7 N 0 WR 53 v cr; 0�m -' rno -s-on c-- o R. n m 0 ® n rn z C r m me morn 0 mmN ,F x co ?LJp N 2 co co 1 I 00. �� z �-- +/\0J, ‘' 0rnzirnz X •-•__•^i 4 4N _ r y O�rnrt��'Tlm NZ 14 C r-min ZCi rM r-D-0000 NxD� cNi> rm-i �C=V)Ap 'c0 W -S4N xi®� //. Z ;: u) Z ,t,� D OC z a r 0/ I► z 70 -O O O O O II �r00 zOf0�i* �Z I —1 TLI X CN C Tv D 0 —1 Nr=00N0 O g y 0 m�P�Aaco r Z v 0 A= O>N ,o NzAyI z m mO zoM073 A p,SO X A -4O�O . Cho m x Dzv DzOz X' co 2:100 �N--1OO Xi fZT9 OAm 2 co 0r V) OZ_ f�*10�7 Ar23 ° z0 24" (MIN.) FOR 600V AND BELOW rn -.z D oz= 0m C C F 3" " // / /�/ rn z z � � , , r xi co 0 m0 0 0 73c �11 • C z Z c v rn 0 CPI IN vz c0 zc rn �® ‘Ill X zc CI era& k AL k ---I 0 C �N T zn c� 0 '1—s Iii0 D I-- A 0 o c ®` N p c v 19 -o N 0w rim 1'71 v N Cp0 n0 $ rn r A ilek mmCc\�\�\ �-I z �� 6F= /\�/ r o7 Fri P rn O 0O m .c B. OA z v 2. 2. -< 0 © ©5 0o 3" CLEAR. 24" MIN. o Z73 -I (n coW Z o C �—1 ��.• �C20 C ® 0> O z CO RaD C3 I I I ,. _ L. D N m r A p 0 0 m z 0 0 m 0 0 Tq U a�ol rnrn r 1\ \ M \�` � \ a �������w c - + fol Z 0 c r c 0 v - p. o -L_ 0 / 00 ( " 0 c / J ra 4 ti N ® 1 NTT O. 61 ENGINEER1 © COPYRIGHT 2016 ALL RIGHTS RESERVED /' \ 04/14/16 JBM ADDITION OF BOOSTER PUMP & STRAINER PER ADDENDUM # 1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION GREENWOOD WWTP EMISSIONS & CITY OF °��° CONSULTANT'S PROJECT NO. BATH NO. 2848 Coym, Rehmet Gutierrez � ,,, bo ?D DRAWING All FL 21 CORPUS ao°° ODOR CONTROL IMPROVEMENTS CHRISTI K� Engineering, L. P. TBPEFirmRe No, F-388 a MARTINEZ9JOSE8.JR 0 JR�4 TEXAS f� / ( 5656 South Staples, Suite 230c� Corpus Christi, Texas 78411 ‘‘z..,.0% % 89385 a4'o�°°�(cENSE-= CsiN 1 VV Phone (361) 991-8550 Fax 993-7569 RFs' ON I. �G ELECTRICAL DETAILS WASTEWATER n email: crg@crgei.com k Department of Engineering Services 04'7197 016