Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-013 - 1/24/2017 - Approved
2017-013 1/24/17 M2017-010 Clark Pipeline Services 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 24, 2017, is between the City of Corpus Christi (Owner)and CPC Interests, LLC dba Clark Pipeline Services (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Govind Development. LLC 9510 Leopard St Corpus Christi,TX.78410 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 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 150 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 Agreement 00 52 23-1 Greenwood Drive Storm Water Improvements(Hector Garcia Park)E16316 Rev06-22-2016 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. CPC Interests LLC dba Clark Pipeline Services 2016-142787 Corpus Christi, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 12/05/2016 being filed. City of Corpus Christi Date Acknowledged: (fin° Aimee Alcorn-Reed I/ ,,, 2017.02.1717:31:34-06'00' 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. E16316 Greenwood Drive Storm Water Improvements 4 Nature of interest Name of Interested Panty City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. FX 6 AFFIDAVIT swear,or affirm, under penalty of perjury,that the above disclosure is true and correct. = :_,-, L igna authoriC-gnt contracting b iness entity AFFIX NOTARY STAMP 1 SEAL ABOVE Sworn to and subscribed before me,by the saidYl Q C,�kyr this the. day of ( Yl 20-1 �,to certify which,witness my hand and seal of office. r P Signature of officer admin' to ing oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CONTRACT DOCUMENTS FOR CONSTRUCTION OF GREENWOOD DRIVE STORM WATER IMPROVEMENTS ( HECTOR GARCIA PARK) PROJECT NUMBER E16316 ASE p�•���`��1 lffi��i� �r/* •MARCOS YBARRA .............................. 10019fi . 10 rl, : Cityof Corpus Christi Govind Development, LLC TBPE Firm No. F-10101 9510 Leopard St. Corpus Christi, TX (361) 241-2777 Record Drawing Number STC) 569 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev01-13-2016) 0030101 Bid Form (Renal-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 45 16 Statement of Experience (Rev06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond(Revo1-13-7016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements(Revo6-22-2016) 00 72 02 Wage Rate Requirements (Rev06-12-2015) 00 72 03 Minority/MBE/DBE Participation Policy(RevO1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Revol-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures(Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment(Rev 01-13-2016) 013100 Project Management and Coordination (Reval-13-2016) 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 013305 Video and Photographic Documentation Table of Contents 000100-1 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Division Title Section 013500 Special Procedures 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications 02 10 20 Site Clearing&Stripping 02 10 40 Site Grading 02 20 20 Excavation & Backfill for Utilities 02 20 21 Control of Ground Water 02 20 22 Trench Safety for Excavations 022100 Select Material 02 24 20 Silt Fence 025612 Concrete Sidewalks&Driveways 02 72 02 Manholes 02 80 20 Seeding 02 83 00 Fence Relocation 02 83 20 Chain Link Fence 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel 03 80 00 Concrete Structures 05 54 20 Frames,Grates, Rings, &Covers Part T Technical Specifications 10 00 01 T High Density Polypropylene Pipe—TXDQT Reference Specification 10 00 02 T FIowa ble Backfill—TxDQTReference Specification Appendix Title 1 Geotechnical Report 2 TCEQ Work Plan (711112016) END OF SECTION Table of Contents 000100-2 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Division 00 Procurement and Contracting Requirements 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 Drive Storm Water Improvements(Hector Garcia Park) E16316 A. Install approximately 1205 LF of 60" Dia. HPPP Storm Pipe for new storm water outfall, 2 new storm water manholes, and 1 outfall structure. B. Portion of new storm pipe will be installed over a closed landfill, MSW landfill U1486 (Villarreal pit-TCEQ). Special excavation and backfill items are included. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$462,000. The Project is to be substantially complete and ready for operation within 60 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 November 30. 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. 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: Invitation to Bid and Instructions to Bidders 002113-1 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 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 Drive Storm Water Improvements(Hector Garcia Park), Project No. E16316 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 November 30,2016,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 3.05 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 November 22, 2015 at 10:30 AM at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 31d 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. Invitation to Bid and Instructions to Bidders 002113-2 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 5.03 DPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 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 DAR 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 DAR 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 DAR 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 Invitation to Bid and Instructions to Bidders 002113-3 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. 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. 8.012 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 3. 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 Contract or 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 002113-4 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 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. 9.012 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.013 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 002113-5 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 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 j 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 A 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 002113-6 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 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 less 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 002113-7 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 175 of the Texas Local Government Code and file Farm CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CICS and to determine if you need to file a Form CICI:, 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 002113-8 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 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 (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 15 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. 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 002113-9 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 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: November 30,2016 at 2:00 PM for Greenwood Drive Storm Water Improvements(Hector Garcia Park)E16316. 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 Drive Storm Water Improvements(Hector Garcia Park), Project No. E16316 All envelopes and packages(including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000-1 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has Visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.05 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 Bid Acknowledgement Form 003000-2 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 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 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. Bid Acknowledgement Form 003000-3 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 60 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 15.05 of the General Conditions within 90 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. 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 Farm 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. Bid Acknowledgement Form 003000-4 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 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. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or prin ted full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership,or joint venture.) Bid Acknowledgement Form 003000-5 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 END OF SECTION Bid Acknowledgement Form 003000-6 Greenwood drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 00 30 01 BID FORM Project Name: Greenwood Drive Storm Water Improvements (Hector Garcia Park) Project Number: E16316 Owner: City of Corpus Christi Bidder: OAR: TBD Designer: Govind Development, LLC Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Storm Water Pollution Prevention Plan During Const LS 1 A3 Seeding for Erosion Control SY 13133 A4 Sedimentation Control Fence Install and Remove LF 3500 A5 Filter Fabric Manhole Protection Install and Remove EA3 A6 IRock Filter Dam Install and Remove LF 150 SUBTOTAL PART A-GENERAL(Items Al thru A6) Part B-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 60'"Dia HPPP Storm Pipe LF 1172 B2 Cut and Restore Sidewalk SF 50 B3 Trench Safety for Storm Water Conduits LF 1205 B4 Trench Safety for Manhole EA 2 B5 Manhole Type A 84" Dia EA 2 B6 2 ft Depth Compacted Clay SY 1022 B7 Cut and Restore Airport Ditch Concrete Lining SF 120 B8 6"x 3ft Wide Compacted Soil Berm Install and Remove LF 1605 B9 6"Top Soil SY 2052 B10 Disposal of Excavated Material at Cefe Valenzuela LandfilI CY 775 B11 Methane/Air Monitoring During Excavation LS 1 B12 Temporary Construction Fence Install and Remove LF 2520 B13 outfall Structure for Storm Water Pipe EA 1 B14 JAIlowance for Unanticipated Storm Water Improvements LS 1 $ 20,000.00 20,000.00 SUBTOTAL PART B-DRAINAGE IMPROVEMENTS(61 THRU B14) Bid Form Page 1 of 2 Greenwood Drive Storm Water Improvements(Hector Garcia Park)E16316 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A6) SUBTOTAL PART B- DRAINAGE IMPROVEMENTS(Items B1 thru B14) TOTAL PROJECT BASE BID(PARTS A& B) Contract Times Bidder agrees to reach Substantial Completion in 60 days Bidder agrees to reach Final Completion in 1 90 Idays Bid Form Page 2 of 2 Greenwood❑rive Storm Water Improvements(Hector Garcia Park)E16316 Rev Dl-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: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002-1 Greenwood Stormwater Improvements(Hector Garcia Park) E16316 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCITY— .. PURCHASING DIVISION ,...., cf CITY OF CORPUS CHRISTI ity ®f DISCLOSURE OF INTEREST us Christi 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: I. Corporation ❑ 2. Partnership3. Sole Owner E]0 4. Association 5. Other DISCLOSURE gUESTIONS If additional space is necessary+,please use the reverse side of thisage or attach separate sheet. 1. State the names of each 'employee" of the Ci 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 003005-1 Disclosure of Interest RevOl_13.2I116 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 comet 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: rryx or Prim) 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 003005-2 Disclosure of Interest 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 Drive Storm Water Improvements(Hector Garcia Park) E16316 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;or with any official or employee of the owner as to quantity, quality,or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006-1 Greenwood Drive Storm Water Improvements E16316 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements 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 Statement of Experience 004516-1 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide 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—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder" includes the firm,corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm,corporation, partnership,or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations,fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders,final orders,and judicial final judgments. Notice of Violations and Statement of Experience 004516-2 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations far documentation of Compliance History,30 Texas Administrative Code,Chapter 60.2 (c) (1)and (2), 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality(the "TCEQ"),the United States Environmental Protection Agency(the"EPA"), the U.S. Fish and Wildlife Service,the U.S.Army Corps of Engineers,the Texas Department of State Health Services,the Texas Parks and Wildlife Department,the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations,and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two(2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the"OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration("OSHA") regulations within the past five(5)years. 2. Whether the Bidder's response reveals more than one(1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death,within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder.The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—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 5. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATE'MENT OF EXPERIENCE REQUIREMENTS 4.01 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. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive,or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business(check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies,firms,or organizations that own any part of the organization. Names of Companies, Firms,or Organizations Percent Ownership Organization History List of names that this organization currently, has,or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 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 blame Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization 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 004516-5 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes far Project Manager,Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio(EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the FMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five(5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five(5)years?List Citations below(date and location of Citation)and provide full details in a separate attachment. if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. Has the Bidder,within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ❑Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas(as applicable to the scope of the current Project): A. I Scaffolding ❑ Yes ❑ No ❑ NSA B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes&Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 00 45 16-10 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS")Category 23 for each of the past five (5)years?Provide the ❑Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five(5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 Bidder's NCCI workers'compensation experience rating sheets for the past five (5) ❑Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months?Provide 7 documentation showing the nature of the inspection,the findings,and the ❑Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 00 45 16-11 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 Table 5—Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/MBE/DBE Participation Policy Name Work to be Provided Estimated%of Contract Price Statement of Experience 00 45 16-12 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 00 45 16-13 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement,for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner)and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Govind Development, LLC 9510 Leopard St Corpus Christi,TX,78410 2.02 The Owner's Authorized Representative for this Project is: TBD ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 60 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 15.05 of the General Conditions within 90 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 Agreement 005223-1 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 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$1000 for each day that expires after the time specified in Paragraph 3.01 far Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$1000 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 far 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 far 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 005223-2 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 C. Payment will be made for the amount determined per Paragraph 5.02.6, 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 CAR'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 15.05 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; Agreement 005223-3 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 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 7.171.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 Agreement 005223-4 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 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. ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services Agreement 005223-5 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax Email END OF SECTION Agreement 005223-6 Greenwood ❑give Storm Water Improvements(Hector Garcia Park) E16316 Rev 06-22-2016 006113 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113-1 Greenwood ❑give Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs, administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Greenwood drive Storm Water Improvements(Hector Garcia Park) E16316 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies,each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116-1 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev.01-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Greenwood Drive Storm Water Improvements(Hector Garcia Park) E16316 Rev.01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5—Availability of Lands,Subsurface and Physical Conditions, Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site.............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment,and Other Bonds..................................................................................24 6.02 Licensed Sureties ........................................................................................................................24 General Conditions 007200-1 Corpus Christi Standards-Regular Projects 03-23-2015 6.03 Insurance.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment ...........................................................................................26 7.04 Concerning Subcontractors, Suppliers,andOthers....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.05 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.101 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination ...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9—Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities.........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200-2 Corpus Christi Standards-Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work;Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal,or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections,and Approvals...........................................................................................47 14.03 Defective Work.......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200-3 Corpus Christi Standards-Regular Projects 03-23-2015 Article 15—Payments to Contractor;Set-Offs;Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17—Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article1.8—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 18.05 No Waiver...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards-Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor`s Guarantee as Additional Remedy......................................................................60 General Conditions 007200-5 Corpus Christi Standards-Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement-The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution-The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents-The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements-The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check,certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds- Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price,Contract Times,or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards-Regular Projects 03-23-2015 13. Change Proposal-A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents;. c. Challenging a set-off against payment due;or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the p reco nstru ction 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. §§5901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act,33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to,or imposing liability or standards of conduct concerning hazardous,toxic,or dangerous waste, substance, or material. 17. Contract-The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times,or terms and conditions of the Contract for the new phase of Work;or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents-Those items designated as Contract Documents in the Agreement. 20. Contract Price-The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 007200-7 Corpus Christi Standards-Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team-Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective-When applied to Work, refers to Work that is unsatisfactory,faulty,or deficient in that it: a. Does not conform to the Contract.Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility far the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer-The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings-The part of the Contract that graphically shows the scope,extent,and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract-The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition-The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 007200-8 Corpus Christi Standards-Regular Projects 03-23-2015 31. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers,architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations,ordinances, codes, and orders of governmental bodies,agencies, authorities,and courts having jurisdiction over the Project. 33. Liens-Charges,security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification-Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas,acting by and through its duly authorized City Manager and his designee,the City Engineer(the Director of Engineering Services), and the City's officers, employees, agents,or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR-The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees-Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT-The Owner,Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use-Use by Owner of a substantially completed part of the Work for the purpose for which it is intended(or a related purpose) prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards-Regular Projects 03-23-2015 43. Progress Schedule-A schedule prepared and maintained by Contractor,describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project-The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein,the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples- Physical examples of materials,equipment,or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values-A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings-All drawings,diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not,are not Drawings and are not Contract Documents. 51. Site-Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way,easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications-The part of the Contract that describes the requirements for materials, equipment,systems, standards,and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion-The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions-The part of the Contract that amends or supplements the General Conditions. 56. Supplier-A manufacturer,fabricator,supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data -Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00-10 Corpus Christi Standards-Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities;or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities-All underground pipelines, conduits, ducts, cables,wires, manholes,vaults,tanks,tunnels,other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity,gases, steam, liquid petroleum products,telephone or other communications,fiber optic transmissions, cable television,water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 50. Work-The construction of the Project or its component parts as required by the Contract Documents. 51. Work Change Directive-A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms"as allowed,""as approved," "as ordered," "as directed,"or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to"reasonable,""suitable," "acceptable,""proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work,or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00-11 Corpus Christi Standards-Regular Projects 03-23-2015 E. The use of the words"furnish,""install," "perform," and "provide" have the following meanings when used in connection with services, materials,or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services,materials,or equipment,complete and ready for their intended use. 4. Perform or provide the specified services, materials,or equipment complete and ready for intended use if the Contract Documents require specific services, materials,or equipment, but do not expressly use the words"furnish," "install," "perform,"or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind,class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words"furnish," "install," "perform," "provide,"or similar words include the meaning of the phrase"The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports,approvals, consents, documents,statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00-12 Corpus Christi Standards-Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and ane copy of the executed Contract Documents in electronic portable document format(PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference;. Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract,and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions,Supplementary Conditions, and General Requirements(Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents,the Work,the Site, local conditions, Laws and Regulations,and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00-13 Corpus Christi Standards-Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit,or otherwise restrict Specification text. 5. Provide the labor, documentation,services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result,whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations,and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00-14 Corpus Christi Standards-Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications,Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies,organizations,or associations,or to Laws or Regulations,whether specific or implied,are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes,or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors,ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the DAR. Do not proceed with affected Work until the conflict,error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the DAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the DAR of conflicts, errors,ambiguities,or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards,or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error,ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00-15 Corpus Christi Standards-Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01,except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts,errors, ambiguities,or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error,ambiguity,or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the DAR 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 5 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00-16 Corpus Christi Standards-Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 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: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions 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 15.01.8 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 7.09.6 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 loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions 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 15.01.0 and 15.05.0. 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 Corpus Christi Standards - Regular Projects 00 72 00-37 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 director 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 50 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 13.01.0.1 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; 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; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; 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; j. 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; 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; P. 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 Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract. Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions 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 15.08.6 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 fora 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 fora 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 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises— Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim r Required ❑ Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents ■ Required M Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price ■ Required n Not Required Insurance Requirements Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 007201-1 Rev 06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract. Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01 - 2 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01 - 3 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01 - 4 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01 - 5 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 00 72 01 - 6 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01 - 7 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 — TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, ora coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01 - 8 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements 00 72 01 - 9 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01-10 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the E0 is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 3UTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 2.58 Wage Rate Requirements Greenwood Drive Storm Water Improvements (1 -lector Garcia Park) E16316 007202-2 REV 06-12-2015 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 Wage Rate Requirements Greenwood ❑rive Storm Water Improvements (1 -lector Garcia Park) E16316 007202-3 REV 06-12-2015 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Wage Rate Requirements Greenwood ❑rive Storm Water Improvements (1 -lector Garcia Park) E16316 007202-4 REV 06-12-2015 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION END OF SECTION Wage Rate Requirements Greenwood Drive Storm Water Improvements (1 -lector Garcia Park) E16316 007202-5 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 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 least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 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 TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Govind Development, LLC B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. None 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. NA 2. Only the following items not yet complete in accordance with the Contract Documents: a. NA Supplementary Conditions Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 007300-1 11-25-2013 ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 12 rain days have been set for this Project. An extension of time due to rain days will be considered only after 12 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. 1. Geotechnical Reports include the following: a. Subsurface Exploration, Foundation, Pavement and Geotechnical Recommendations for the Proposed Greenwood Dr. — Gollihar Rd. to Horne Rd., Rock Engineering & Testing Laboratory, Inc., January 31, 2013.- The Contractor may rely on the following Technical Data in using this document: 1) Boring logs Supplementary Conditions Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 007300-2 11-25-2013 2) Recorded measurements of subsurface water levels 3) Results of tests performed on materials described in geotechnical data reports SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. a. Environmental Reports include the following: Work Plan for Final Installation of 60" Diameter Storm Water Drain Pipe Through Closed Landfill, Govind Development, LLC, July 11, 2016.- The Contractor may rely on the following Technical Data in using this document: 1) Depth of Landfill Material ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 007300-3 11-25-2013 Division 01 General Requirements 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. Install approximately 1205 LF of 60" Dia. HPPP Storm Pipe for new storm water outfall, 2 new storm water manholes , and 1 outfall structure. 2. Portion of new storm pipe will be installed over a closed landfill, MSW landfill U1486 (Villarreal pit —TCEQ). Special excavation and backfill items are included. 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. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. Greenwood Drive rehabilitation project from Gollihar Road to Horne Road by others. 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. Summary of Work Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 011100-1 Rev 01-13-2016 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 011100-2 Rev 01-13-2016 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. Install approximately 1205 LF of 60" Dia. HPPP Storm Pipe for new storm water outfall, 2 new storm water manholes , and 1 outfall structure. 2. Portion of new storm pipe will be installed over a closed landfill, MSW landfill U1486 (Villarreal pit —TCEQ). Special excavation and backfill items are included. 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. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. Greenwood Drive rehabilitation project from Gollihar Road to Horne Road by others. 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. Summary of Work Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 011100-1 Rev 01-13-2016 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 011100-2 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 3100 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 0131 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 0129 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 - NONE 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A — Allowance for Unanticipated Storm Water Improvements: 1. The sum of $20,000 to be used for the purchase of means to adjust any utility or unanticipated Storm Water improvements as needed and as authorized by the OAR which has been found and is unidentified in the construction documents and has been determined to be in conflict with the proposed storm water improvements by the Engineer. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012310-2 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012900-3 03-11-2015 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. Application for Payment Procedures Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 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. Application for Payment Procedures Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. 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; Application for Payment Procedures Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the fallowing 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 012901-1 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 — Storm Water Pollution Prevention Plan During Construction 1. Include the following costs in this Bid Item: a. Personnel, Documentation, and Implementation of the Storm Water Pollution Prevention Plan as described in the drawings and specifications. 2. The basis of measurement and payment for this Bid Item shall be as described on the Bid Form. C. Bid Item A- 3 — Seeding for Erosion Control: 1. Include the following costs in this Bid Item: a. All related materials including but not limited to Seeding 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the Bid Form. D. Bid Item A- 4 — Sedimentation Control Fence Install and Remove: 1. Include the following costs in this Bid Item: a. All related materials including but not limited to Sediment Control Fence 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the Bid Form. E. Bid Item A-5 — Filter Fabric Manhole Protection Install and Remove 1. Include the following costs in this Bid Item: a. All related materials including but not limited to Filter Fabric Manhole Protection. 2. The basis of measurement and payment for this Bid Item shall be as described on the Bid Form. F. Bid Item A- 6 — Rock Filter Dam Install and Remove: 1. Include the following costs in this Bid Item: a. All related materials including but not limited to Rock Filter Dam 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the Bid Form. G. The basis of measurement and payment for the remaining Bid Items shall be as described in specification sections and/or the Bid Form 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item B14—Allowance for Unanticipated Storm Water Improvements: 1. The lump sum bid item described as 'Allowance for Unanticipated Storm Water Improvements' has been set as noted and shall be included in the Total Base Bid of the Bid Form for each Bidder. This Allowance may be used at the Owner's discretion in the Measurement and Basis for Payment Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012901-2 Rev 01-13-2016 event that unforeseen conditions or conflicts are encountered during construction. Should the use of Allowance funds become necessary, the OAR will provide written authorization at a unit cost as provided for a similar bid item, or at a negotiated cost between the OAR and the Contractor if a similar bid item does riot exist. There is no guarantee that any of these funds will need to be used during the course of the work. 2. Include the following costs in this Bid Item a. Salaries of construction personnel. b. All related materials including but not limited to subgrade preparation, flexbase, concrete, hot -mix asphalt concrete, striping, curb, gutters, signs, inlets, pavement markers, riprap, reinforced concrete pipes, reinforced concrete box culverts, manholes, and junction boxes. 3. Measuring for payment is on a Lump Sum (LS) basis. Payment for Allowance for Unanticipated Drainage Improvements will be based on the earned value of Work completed and shall only be paid with proper written approval by the engineer or the OAR. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 012901-3 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 loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 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 loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 0133 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 0157 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 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 0135 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS (NOT APPLICABLE) 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 0135 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 0135 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 0131 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013100-4 Rev 01-13-2016 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 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. Project Management and Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013100-6 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 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. Project Management and Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013100-7 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Engineer 361-826-3500 Govind Development, LLC 361-241-2777 Traffic Engineering 361-826-3547 Project Management and Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013100-9 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 0133 00 DOCUMENT MANAGEMENT. Project Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 0131 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR, Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3, Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 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 Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. ssue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 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 01 33 02 Schedule of Values 01 29 00 Substitutions 0131 14 Suppliers and Subcontractors 0131 13 and 0133 03 Document Management Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product I Sample or Operations Information Mockup Data 02 72 02 STORM SEWER MANHOLE VARIOUS Record Data 02 76 11 CLEANING AND TELEVISED INSPECTION OF CONDUITS VARIOUS Record Data 03 00 20 03 20 20 02 24 20 100001-T 100002-T PORTLAND CEMENT CONCRETE VARIOUS Record Data REINFORCING STEEL VARIOUS Record Data SILT FENCE VARIOUS Record Data HIGH PROFORMANCE POLYPROPELYNE PIPE VARIOUS Record Data FLOWABLE BACKFILL VARIOUS Record Data Submittal Register Greenwood Drive Storm Water Improvements (Hector Garca Park) E16316 0133 01-1 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description NONE NONE B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013302-1 11-25-2013 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 Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013302-2 11-25-2013 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 Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013302-3 11-25-2013 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 Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013302-4 11-25-2013 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 Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013302-5 11-25-2013 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 0131 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 Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013302-6 11-25-2013 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 Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013302-7 11-25-2013 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 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These Shop Drawings Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013302-8 11-25-2013 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 1.10.8 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 Greenwood Storm Water Improvements (Hector Garcia Park) E16316 013302-9 11-25-2013 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 Storm Water Improvements (Hector Garcia Park) E16316 01 33 02-10 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 0131 13 Drawings 0131 13 Specifications 01 31 13 Addenda 0131 13 Modifications 0131 13 Record Data and approved Shop Drawings 0131 13 Construction Photographs 0131 13 Test Records 0131 13 Clarifications and other information provided in Request for Information responses 0131 13 Reference Standards 02 76 11 Televised Inspection of Conduits B. Include Record Data in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on Record Data Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013303-1 11-25-2013 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; 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 Record Data Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013303-2 11-25-2013 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: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using 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. Record Data Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013303-3 11-25-2013 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. 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, 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. Record Data Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013303-4 11-25-2013 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. 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. 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. 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013303-5 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to; 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not. meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE — NOT APPLICABLE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. None. B. Work shall be completed within the specified time for these items: Description Time None 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; Special Procedures Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013500-1 11-25-2013 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) None B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the [for operation of the existing distribution system] . 2. Loss of [operation of the existing distribution system] can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1- NA 1.04 OWNER ASSISTANCE A. None 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 013500-2 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not; 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 014000-3 11-25-2013 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 014000-6 11-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015000-1 11-25-2013 3, Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings an 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 A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015000-2 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015000-3 11-25-2013 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 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 erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS—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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015700-4 11-25-2013 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 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 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 Item B10. 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015700-5 11-25-2013 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 0133 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 017000-3 11-25-2013 Part S Standard Specifications SECTION 021020 SI'1'h 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 011 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 14-30-2414 SECTION 021040 Sll'E 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 011 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 =compacted 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 14-30-2414 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-255-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev. 3-255-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical atter the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated 011 the plans, pipe shall be encased with cement -stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously 011 both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill} TJNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +f-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, 110 lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev. 3-255-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement -stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev. 3-255-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12 -inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev. 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandorunent of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOT} for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev. 10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WA I ER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev. 10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement - bentonite grout or cement -sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50 -foot intervals and fill pipe with cement -bentonite grout or cement -sand grout when pipe is removed from service. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 32 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12 -inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre -drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev. 10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre -drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev. 10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (IDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimise Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WA I'ER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or stonn drains, when 022021 Page 9 of 10 Rev. 10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the 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. 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 manmade berms) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 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. Sofa 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, foamed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev 14-30-2414 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 14-30-2414 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 foams 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 011 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 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast -in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and shasp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, or pre -approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works, Inc. product V1168 assembly, and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev. 3-25-2015 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed -in -Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS -20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner, with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masomy or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACK-FILLING/LEAKAGE 1'LSTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two -foot internal head. 027202 Page 2 of 3 Rev. 3-25-2015 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation, compaction, backfilling, dewatering, concrete foundation, connections, adjustment rings, ring and cover, concrete work, leakage testing, video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the mit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space, backfilling, adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3 of 3 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. LB/ACRE OF PURE LIVE SEED FOR ITURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama (premier) Bouteloua. Curtipendula 0.6 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon 30.0 K -R Bluestein Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture - A: Recommended for clay or tight soil planted between December 1 thni May 1. Mixture - B: Recommended for sandy soil planted between December 1 thru May 1. Mixture - C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev. 3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bennudagrass 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 foam a homogeneous slurry, when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion -resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev. 3-25-2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing — Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area. shall be rolled on contour with a cornigated 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, laydownl 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. 3-25-2515 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MA 1'LRIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev. 10-30-2014 SECTION 028320 CHAIN LINK FENCE 1. DESCRIPTION This specification governs for the design, construction, and the requirements of the component parts and accessories for chain link fence. 2. MATERIALS All materials shall meet the requirements as indicated below or as otherwise specified on the plans. 1. Fabric - The fabric width shall be as shown 011 the plans. The fabric shall be 9 gage wire woven into 2 -inch mesh hot -dip galvanised after fabrication. Fabric 48 inches and under shall be furnished with knuckling at one selvage and twisting and barbing at the other. Fabric 60 inches high and over shall have twisting and barbing 011 both selvages. Except as herein provided, chain link fence fabric shall conform to the specifications of ASTM Designation: A392, Class I. 2. Barbed Wire - Barbed wire shall conform to ASTM A121, unless specified otherwise. Barbed wire shall consist of three strands of 121/2 gage wire with 14 gage point barbs spaced approximately 5 inches apart. Galvanizing for barbed wire shall conform to ASTM Designation: A121, Class 2. 3. Posts, Braces and Gates - Steel pipe used for posts, braces and gate frames shall conform to the specifications of ASTM Designation: A120. Steel sections shall be of good commercial quality weldable steel. Posts, frames and braces shall be as specified below or as otherwise specified. (a) Line Posts 1. 2 -inch nominal diameter steel pipe. 2. 1'/8 -inch 21/4 -inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Corner Posts 1. 21/2" nominal diameter steel pipe. 2. 21/2" square tubular steel; minimum weight 5.79 pounds per linear foot. 028320 Page 1 of 4 Rev. 10-30-2014 (c) Swing Gate Posts Swing and gate posts shall conform to ASTM Designation: A120 and shall be in the following sizes: Pipe Size Square (4.D. Nominal) (Tubular) Gate Length 2.875 in. 2.5 in. Up to 6 feet 4.0 in. 3.0 in. 7 feet to 12 feet 6.625 in. - 13 feet and above (d) Gate Frames Gate frames shall be standard heavy type, welded, watertight, rigid frame with adequate internal bracing and tension members to prevent sagging. Furnish hinges, latches, stops, keepers and similar items as approved. Gates to swing open 180 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. On gates of 4 -foot length or less, provide latches that automatically engage when gate is swimg shut. The size of gate frame members shall be as follows unless otherwise specified. Gates shall be provided with a positive means of maintaining the gate in the closed position. Use and Section Frame for fabric 6' and less, and leaf widths not exceeding 8' 0. D. or Dimensions, Nominal Round Square 1.66" 1.5" Frame for fabric over 6' or gate leafs over 8' width 1.9" 2.0" Internal braces 1.66" 1.5" Top rails and post braces 1.66" 4. Top Rails - Top rails shall be 1.66 inches 0.D. nominal tubular; lengths of not less than 18 feet conforming to ASTM Designation: A120 and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 inch minimum wall thickness, and shall allow for expansion and contraction of the rail. The top rail shall pass through the base of line post barbed wire extension arm and fasten securely to terminal posts. 028320 Page 2 of 4 Rev. 10-30-2014 5. Bracing - Bracing shall be provided for each gate, corner, pull and end post for use when top rail is omitted or with fabric over 6 feet, and shall consist of round tubular steel, 1.66 inches O.D. nominal conforming to ASTM Designation: A120. Bracing shall extend to each adjacent line post at approximately mid -height of the fabric. A truss consisting of a rod not less than 3/8 inch nominal diameter from the line post back to the gate, corner, pull or end post with a turnbuckle or other approved method of adjustment shall also be included. 6. Barbed Wire Extension Arm - Use standard 45 degree, 3 wire, barbed wire extension arms on posts, except end and gate posts on which use standard post top. Provide hole for top rail. Barbed wire extension arms shall conform to ASTM Designation: A153. 7. Tension Wire - If top rail is not specified, a top tension wire shall be provided. Spiraled or crimped tension wire shall be not less than #7 gage and shall conform to ASTM Designation: A116, Class 3. Ties or clips shall be provided for attaching each wire to the fabric at intervals not exceeding 2 feet. Stretcher Bars - Stretcher bars shall not be less than 3/16 by 3/4 inch steel conforming to ASTM Designation: A153. Stretcher bars shall not be less than 2 inches shorter than the full height of the fabric with which they are used. One stretcher bar shall be provided for each gate and end post and two for each corner and pull post. 9. Ties, Bands or Clips - Ties of 9 gage steel wire shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches. Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.115 inch and a minimum width of 7/8 inch, and shall conform to ASTM Designation: A153. 3. CONSTRUCTION METHODS Maximum post spacing shall be 10 feet unless specified otherwise. Concrete footings shall be Class "A" Concrete (see City Standard Specification Section 030020 "Portland Cement Concrete") of the following dimensions: Type Fabric Hole Hole Post of Post Height Diameter Depth Embedment Line 3'-4' 6" 24" 21" Line 5' 8" 30" 27" Line 6'-12' 9'" 38" 36" Terminal 3'-S' 10" 32" 30" Terminal 6'-12' 12" 38" 36" 028320 Page 3 of 4 Rev. 10-30-2014 Erect fencing to follow natural ground surface, but adjust minor irregularities in grade as directed. Construct fence to true alignment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link fence shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts, excluding gates. Gates will be measured per each gate, complete in place. Payment shall be by the linear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the Bid Form unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and for all labor, tools, equipment and incidentals required to construct the fence as required by the plans and these specifications. 028320 Page 4 of 4 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type DI cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type DI cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as 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-'/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 Oto 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine A negate 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. 3/81n. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 Oto 5 Oto 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 011 the plans, whichever is greater. For concrete Classes `A' and 'C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 given consistency. (a) Retarding and Water -Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air -Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well -ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATI©N AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 F?ev. 10-30-2014 110 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 Concrete Designation Structural Concrete: (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete TABLE 3 Slump Requirements Desired Slump Max. Slump 4 inches 5 inches 3 inches 4 inches 5 inches 6 inches 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty -eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty -eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete 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 If 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 famish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev. 10-30-2014 be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (a) Tnrck 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) Thick 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. Wom 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 wom 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) Tnick 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 dnun. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (rninirnum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; fiirnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold -drawn from rods that have been hot -rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: 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 preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stimrps, 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: C•14. *�.. Pion Dimon. * 3/4" 7/8" Bar 0-r Smaller—Plan Dirrien. * I/2" 1" Bar or Larger ---Pian. Drrnen. t I� 1 H over 6"---Dome,n.+ Zero or -I/27 14 = 6" and less-Oerr en_ Zero or -1/4'' /C— FH —Di 7/8 Bar or Snnalier--Plan Dirnan. * 1" Bar or Larger —Plan Dimon. i I.. viral or Circular Tie Tie or StOErup - Pion C)i rnen_ * 1 1PI s I/21 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforu7s, 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 peluiitted 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 kap Uncoated Coated Lap in inches 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers 011 the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 SECTION 37040 EPDXY COMPOUNDS (S-44) 1. DESCRIPTION This specification shall govern all work necessary to provide and apply Epoxy compounds. 2. MATERIALS (USE - TYPE) (1) Epoxy Bonding Compound for bonding new concrete to hardened concrete or other structural material: Epoxy Bonding Compound shall be a two component, 100% solids, moisture insensitive system. Epoxy shall be "FX - 752 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland or "Sikastix 370, Sikadur Hi -Mod" as manufactured by Sika Chemical Corporation of Lyndhurst, New Jersey or approved equal. (2) Epoxy Grout for Epoxy patch on non -horizontal surfaces to concrete:Epoxy Compound shall be a low -modulus, high viscosity, moisture insensitive system. Epoxy shall be "Sikastix 360, Skadur Lo -Mod Gel" as manufactured by Sika Chemical Corporation, or approved equal. 3. CONSTRUCTION METHODS (1) Bond new concrete to existing concrete: a. Surface Preparation: The existing concrete or structural surface to which the new concrete is to be bonded shall be cleaned. The existing surface shall be made free from dust, laitance, grease, curing compounds, waxes and all foreign material. Cleaning shall be done by sandblasting, mechanical abrasion, or (by washing only if authorized by the Engineer). During application of bonding compound, surface may be dry, moist, or wet, but surface shall be free of standing water. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturers instructions. The epoxy shall be used in a neat condition (without aggregate filler) . c. Application of Epoxy: The epoxy bonding compound shall be applied to the prepared surface with the minimum allowable coverages as follows: Concrete (float finished, cleaned by washing) 75 SF/gal Concrete (rough finish, cleaned by sandblast or mechanical abrasion) 50 SF/gal Other surfaces as specified on the drawings d. Concrete Overlay: The concrete overlay shall be in accordance with the drawings or 030020 of standard specifications. The concrete overlay shall be applied over the epoxy within a period of time which SHALL NOT EXCEED 60% of the tack free time of the epoxy. It is important for the Contractor to note that these times vary with the temperature and pot time. The following allowable times (60% of tack free time, where the tack free time is the period of time from initial mixing of the two components until the thin film of epoxy hardens) are provided below. The allowable times must be 037040 2/20/9 Page 1 of 2 determined from the tack free times which are provided by the manufacturer. The following allowable times are averages and provided only as an aid to the Contractor: Temperature Allowable Elapse Time from Mixing Epoxy Until Placing Concrete Overlay 90°F 40 min. 80°F 12 hrs. 70°F 22 hrs. 600F 32 hrs. If the allowable period of time is allowed to elapse before concrete overlay can be placed, another layer of epoxy shall be applied prior to placement of the concrete (2) Epoxy Grout for patch to non -horizontal surfaces to concrete: a. Surface Preparation: The surface shall be prepared as described in (1) Bond new concrete to existing concrete Part a. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturer instruction. The epoxy may be mixed with dry masonry sand. Sand shall conform to A.S.T.M. C -I44 with 100% passing a No. 8 sieve and not more than 15% to 35% passing a No. 50 mesh sieve. The amount of sand filler shall not exceed 3/4 to 1 (loose sand to epoxy by volume). c. Application: Epoxy shall be applied in strict accordance with manufacturer instructions. Area adjacent to work shall be cleaned free of epoxy spills as to provide a neat appearance before work will be accepted. 4. GENERAL PRECAUTION The Contractor is advised to become familiar with type of epoxy, method of application, and its basic limitations prior to using the epoxy. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Epoxy Compounds shall be considered subsidiary to the appropriate bid item. 037040 2/20/9 Page 2 of 2 SECTION 038000 CONCRE 1'h 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 011 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 on. 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 31/4"). (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: D 175 2 "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 METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft3 Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 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. 3-255-2015 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 before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 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 011 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 011 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 shaip corners 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 fust -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. 3-255-2015 All forms shall be constructed to permit their removal without man-ing 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 spoiling, 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 fonns regarding design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the 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. 3-255-2015 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 Non -Agitated Concrete: Maximum Time 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 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. 3-255-2015 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 andlor 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 cold joint. 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 andlor unauthorized cold joints in mass placements where differential settlement andlor setting time may induce stress cracking. 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. 3-255-2015 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 corners 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 foams. 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. 3-255-2015 9. PLACING CONCRETE IN WA I'ER 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 niches 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 011 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 CONCRE I'L 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. 3-255-2015 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 FINISBING 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 tnte 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, tnte 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 tnte 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 fining 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 fining. 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. 3-255-2015 EXCEPTIONS TO 4 -DAY CURING Required Curing 8 curing days (Type I or IIl) 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 011 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 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. FINTSMNG 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, 110 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 SECTI©N 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown 011 the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast -on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev 3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev 3-25-2015 Part T Technical Specifications 100001—T TxDOT 2004 Special Specification 4653 High Performance Polypropylene Pipe 1. Description. Furnish and install polypropylene pipe for constructing polypropylene pipe culverts or polypropylene storm sewer mains, laterals, stubs, and inlets. Provide pipes of the sizes, types, design, and dimensions shown on the plans including the connections and joints to new or existing pipes, sewer, manholes, inlets, headwalls, and other appurtenances as required to complete the work. 2. Materials. Unless otherwise specified on the plans or in this specification, provide polypropylene pipe and joint fittings that conform to the following: A. Polypropylene Pipe (PP). 1. General. Provide polypropylene pipe and fittings meeting the requirements in AASHTO M 330. 2. Raw Materials. Provide PP pipes and fittings manufactured from virgin polypropylene compounds, conforming to the requirements of AASHTO M 330. 3. Designation of Type. For PP pipes used in gravity flow drainage applications, use Type S (outer corrugated wall with smooth inner liner) or Type D (inner and outer smooth walls braced circumferentially or spirally with projections or ribs). 4. Section Properties. The minimum wall thickness of the inner wall and outer wall is specified in AASHTO M 330. The pipe stiffness at 5% deflection, when determined in accordance with ASTM D 2412, is specified in AASHTO M 330. Ensure the manufacturer performs the appropriate test procedures on representative samples of each type of pipe furnished, and verifies that the pipe complies with the specifications. Submit a certificate of compliance to the Engineer for review and approval. Provide a certificate including the following information: manufacturing plant, date of manufacture, pipe unit mass, material distribution, pipe dimensions, water inlet area, pipe stiffness, pipe flattening, brittleness, ASTM resin cell classification, and workmanship. B. Inspection. The quality of materials, the process of manufacture, and the finished pipe will be subject to inspection and approval by the Engineer at the manufacturing plant. In addition, the finished pipe will be subject to further random inspection by the Engineer at the project site before and during installation. C. Marking. Furnish pipe clearly marked at maximum 12 -ft. intervals and clearly mark fittings and couplings as follows: Manufacturer's name or trade mark, Nominal size, Specification designation (e.g. AASHTO M 330), 1-6 TxDOT 2004 Special Specification 4653 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 06-13 TxDOT 2004 Special Specification 4653 Plant designation code, Date of manufacture. D. Joints. Install the joints so that the connection of the pipe sections forms a continuous line free from irregularities in the flow line. Suitable joints are the following: Integral Bell and Spigot — Ensure joint is a dual gasketed joint with gaskets meeting the requirements of ASTM F 477. Joint type definitions are the following: Soiltight Joints —Joints meeting the soil tightness definition in accordance with AASHTO Standard Specifications for Highway Bridges, Section 26.4.2.4. Watertight Joints —Joints meeting the requirements of ASTM 3212. If no joint type is specified, provide a watertight joint. 3. Construction. Construct the pipe at locations shown on the plans or as directed. Only trench installation and sliplining of polypropylene pipe will be permitted. A. Excavation. Excavate in accordance with City Standard Specification Section 022020 "Excavation & Backfill for Utilities." Provide enough trench width for the pipe installation and to ensure enough working room to properly and safely place and compact materials placed under haunches of the pipe and other embedment materials. Provide a space between the pipe and trench wall that is greater than that of the compaction equipment used in the pipe zone. When using Type I backfill, the minimum allowable trench width is the pipe outside diameter plus 12 in. When using Type II or Type III backfill, the minimum allowable trench width is specified in Table 1. Table 1 Minimum Trench Width Nominal Pipe Diameter Minimum Trench Width (in.) (in.) 18 44 24 54 30 66 36 78 42 84 48 90 54 96 60 102 2-6 TxDOT 2004 Special Specification 4653 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 06-13 TxDOT 2004 Special Specification 4653 B. Installing Pipe in Embankment. If any portion of the pipe projects above the existing ground level, construct an embankment as shown on the plans or as directed, for a minimum distance outside each side of the pipe location of 5 times the diameter and to a minimum elevation of 2 ft. above the top of the pipe. Next, excavate the trench to a width as specified in Section 3.A. In areas with a high water table, install the polypropylene pipe in accordance with the manufacturer's recommendations to prevent pipe floatation. C. Shaping and Bedding. Bed the pipe in a foundation of compacted cohesionless material, such as sand, crushed stone, or pea gravel, with a maximum allowable size of 3/8 in. Extend this material a minimum of 6 in. below the outermost corrugations or ribs, and carefully and accurately shape it to fit the lowest part of the pipe exterior for a minimum of 10% of the overall height. When requested by the Engineer, furnish a template for each size and shape of pipe to be placed for use in checking the shaping of the bedding. Provide a template consisting of a thin plate or board cut to match the lower half of the cross section of the pipe. D. Handling and Storing Pipe. Store pipe above ground on adequate blocking. Always keep pipe clean and fully drained during storage. Handle and store PP pipe in accordance with the pipe manufacturer's instructions. Provide proper facilities for hoisting and lowering the pipe into the trench without damaging the pipe or disturbing the bedding or the walls of the trench. E. Laying Pipe. Unless otherwise authorized, start laying pipe on the bedding at the outlet end with the separate sections firmly joined together. Hoist and lower sections of pipe into the trench without damaging the pipe or disturbing the bedding or the sides of the trench. Remove and re-lay any pipe that is not in alignment or that shows excessive settlement after laying, at no expense to the owner. Lay multiple installation of polypropylene pipe with the centerlines of the individual barrels parallel. Unless otherwise shown on the plans, maintain the clear distances between outer surfaces of adjacent pipes shown in Table 2. Table 2 Minimum Clear Distance Between Pipes Nominal Pipe Diameter Min. Clear Distance Between Pipes (in.) (in.) 18 14 24 17 30 20 36 23 42 26 48 29 54 32 60 35 3-6 TxDOT 2004 Special Specification 4653 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 06-13 TxDOT 2004 Special Specification 4653 F. Reusing Existing Appurtenances. When existing appurtenances are specified on the plans for reuse, sever the portion to be reused from the existing culvert and move it to the new position previously prepared, by approved methods. Provide connections conforming to the requirements far joining sections of pipes as indicated in this specification or as shown on the plans. Restore any headwalls and any aprons or pipes attached to the headwall that are damaged during moving operations, to their original condition, at no expense to the owner. The Contractor has the option to remove and dispose of the existing headwalls and aprons and construct new headwalls at no expense to the owner, in accordance with the pertinent specifications and design indicated on the plans or as furnished by the Engineer. G. Sewer Connections and Stub Ends. Make connections of pipe sewer to existing sewers or sewer appurtenances as shown on the plans or as directed. Mortar or concrete the bottom of the existing structures, if necessary, to eliminate any drainage pockets created by the new connection. Where the sewer is connected into existing structures which are to remain in service, restore any damage to the existing structure resulting from making the connection to the satisfaction of the Engineer. Seal stub ends, for connections to future work not shown on the plans, by installing watertight plugs into the free end of the pipe. Include the cost for the above in cost of the pipe. H. Backfilling. Backfill from the pipe bedding up to 1 ft. above the top of the pipe to provide necessary structural support to the pipe and control pipe deflection. Take special precautions when placing and compacting the backfill material. Place special emphasis obtaining uniform backfill material and uniform compacted density throughout the length of the pipe, to avoid unequal pressure. Use extreme care to ensure proper backfill under the pipe, in the haunch zone. Provide backfill material meeting the following specifications: Type 1— Provide backfill consisting of flowable fill in accordance with Item 401, "Flowable Backfill." Place the flowable backfill across the entire width of the trench and maintain a minimum depth of 12 in. above the pipe. Wait a minimum of 24 hours before backfilling the remaining portion of the trench with other backfill material in accordance with City Standard Specification Section 022020 "Excavation & Backfill for Utilities." Type 11 — Not Used Type 111— Provide backfill consisting of hard, durable, clean granular material that is free of organic matter, clay lumps, and other deleterious matter. Provide backfill meeting the gradation requirements shown in Table 3. Place the backfill material along both sides of the completed structure to a depth of 12 in. above the pipe. Place the backfill in uniform layers a minimum 6 in. deep (loose measurement), wet if required, and thoroughly compact it between adjacent structures and between the structure and the sides of the trench. Until a minimum cover of 12 in. is obtained, only hand -operated tamping equipment will be allowed within 4-6 TxDOT 2004 Special Specification 4653 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 06-13 TxDOT 2004 Special Specification 4653 vertical planes 2 ft. beyond the horizontal projection of the outside surfaces of the structure. If using Type III backfill and the native soils risk particle migration, place filter fabric between the native soil and the backfill. Use filter fabric conforming to the requirements of DMS -6200, "Filter Fabric," Type 1. Table 3 Gradation Requirements for Type 111 Backfill Material Sieve Size Percent Retained (Cumulative) 1 in. 0-5 7/8 in. 0-35 1/2 in. 0-75 3/8 in. 0-95 No. 4 35-100 No. 10 50-100 No. 200 90-100 I. Protecting the Pipe. Unless otherwise shown on the plans or permitted in writing, do not use heavy earth -moving equipment over the structure until a minimum of 4 ft. of permanent or temporary compacted fill is placed over the top of the structure. Before adding each new layer of loose backfill material, until a minimum of 12 in. of cover is obtained, an inspection will be made of the inside periphery of the structure for local or unequal deformation caused by improper construction methods. Evidence of such will be reason for corrective measures as may be directed. Remove and replace pipe damaged by the Contractor at no expense to the owner. 4. Measurement. This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Measurement of spurs, branches, or connections to existing pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, the length of pipe tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. The quantity to be paid for is the quantity shown in the bid documents unless modified by Section 01 29 01 "Measurement and Basis for Payment." Additional measurements or calculations will be made if adjustments of quantities are required. 5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Polypropylene Pipe" of the size and backfill type specified. This price is full compensation for furnishing, hauling, placing, and joining pipes; connecting to new or existing structures; 5-6 TxDOT 2004 Special Specification 4653 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 06-13 TxDOT 2004 Special Specification 4653 moving and reusing headwalls where required; removing and disposing of portions of existing structures as required; cutting of pipe ends on skew; and labor, tools, equipment, and incidentals. Excavation, shaping, bedding, and backfill will be paid for in accordance with City Standard Specification Section 022020 "Excavation & Backfill for Utilities/' Type I backfill (Item 401, "Flowable Backfill") will not be paid for directly, but will be considered subsidiary to this Item. 6-6 TxDOT 2004 Special Specification 4653 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 06-13 100002—T Item 401 Flowable Backfill Tema ileparhronf of Transportation 1. DESCRIPTION Furnish and place tlowable backfill for trench, hole, or other void. 2. MATERIALS Use materials from prequalified sources listed on the Department website. Use materials from non -listed sources only when tested and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non -listed sources. Do not combine approved material with unapproved material. 2.1 Cement. Furnish cement in accordance with DMS -4600, 'Hydraulic Cement." 2.2 Fly Ash. Furnish fly ash in accordance with DMS -4610, "Fly Ash." 2.3 Chemical Admixtures. Furnish chemical admixtures in accordance with DMS -4640, "Chemical Admixtures for Concrete." Use specialty type admixtures to enhance the flowability, reduce shrinkage, and reduce segregation by maintaining solids in suspension when necessary. Use and proportion all admixtures in accordance with the manufacturer's recommendations. 2.4 Fine Aggregate. Provide fine aggregate that will stay in suspension in the mortar to the extent required for proper flow and that meets the gradation requirements of Table 1. Table 1 Aaareaate Gradation Chart Sieve Size Percent Passing 314" 100 #200 0-30 Test fine aggregate gradation in accordance with Tex -401-A. Plasticity Index (PI) must not exceed 6 when tested in accordance with Tex -106-E. 2.5 Mixing Water. Use mixing water in accordance with Item 421, "Hydraulic Cement Concrete." 3. CONSTRUCTION Submit a construction method and plan, including mix design, for approval. Provide a means of filling the entire void area, and be able to demonstrate this has been accomplished. Prevent the movement of any inserted structure from its designated location. Remove and replace or correct the problem if voids are found in the fill or any of the requirements are not metas shown on the plans without additional cost to the Department. 414 100002—T 100002—T Furnish a mix meeting the requirements of Table 2 unless otherwise shown on the plans. Table 2 Flowable Fill Mix Design Requirements Property Excavatable Non-Excavatable Test Method 28 -day Compressive Strength,1 psi 80 to 200 .200 ASTM D4832 Consistency,2 Min diameter, in. 8 ASTM D6103 Unit Weight, pcf 9010 125 10010 145 ASTM D6023 Air Content, % 10 to 30 5 to 15 ASTM D6023 Average of 2 specimens. Mixture must not segregate. Mix the flowable fill using a central -mixed concrete plant, ready -mix concrete truck, pug mill, or other approved method. Furnish all labor, equipment, tools, containers, and molds required for sampling, making, transporting, curing, removal, and disposal of test specimens. Furnish test molds meeting the requirements of Tex -447-A. Transport, strip, and cure the test specimens as scheduled at the designated location. Cure test specimens in accordance with Tex -447-A. The Engineer will sample, make, and test all specimens. Dispose of used, broken specimens in an approved location and manner. The frequency of job -control testing will be at the direction of the Engineer. 4. MEASUREMENT This Item will be measured by the cubic yard of material placed. Measurement will not include additional volume caused by slips, slides, or cave-ins resulting from the Contractor's operations. 5. PAYMENT The work performed and materials furnished in accordance with this Item will not be paid for directly, but will be considered subsidiary to storm water improvement items. 415 100002—T Appendix Geotechnical Report January 31, 2013 City of Corpus Christi Department of Engineering Services Post Office Box 9277 Corpus Christi, Texas 78469-9277 Attention: Mr. Dan Biles, P.E. Director of Engineering Services • GEOTECHNICAL ENGINEERING ▪ CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS ■ ASPHALT • CONCRETE SUBJECT: SUBSURFACE EXPLORATION, FOUNDATION, PAVEMENT AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED GREENWOOD DR. — GOLLIHAR RD. TO HORNE RD. City of Corpus Christi Project No. E12092 Corpus Christi, Texas RETL Job No. — G112260 Dear Mr. Biles. In accordance with our agreement, we have conducted a subsurface exploration 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 to both the City of Corpus Christi and to Govind Development, LLC. 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) 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. Mark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting-tom 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS, 78409-1703 18847 REDLAND ROAD #202 • SAN ANTONIO, TEXAS, 78259 OFFICE: (361) 883-4555 • FAx: (361) 883-4711 OFFICE: (210) 495-8000 • FAx: (210) 495-8015 SUBSURFACE EXPLORATION, FOUNDATION, PAVEMENT AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED GREENWOOD DR. — GOLLIHAR RD. TO HORNE RD. CITY OF CORPUS CHRISTI PROJECT NO. E12092 CORPUS CHRISTI, TEXAS RETL PROPOSAL NUMBER: G112260 PREPARED FOR: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 JANUARY 31, 2013 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD f, EERS FIRM REGISTRATION NO. - 2101 -"7"..1%44 ii ilk Air • �:: 3 /* ' moi'_ . q%.*;i . MARK C. ROCK _ �% HRISTOPHER A. ROCK moo. 71395 .,�. Mark C. Rock, P.E. . E. crs�t�� � Vice President of Ope k i."iA6U.N�,. i 95866 E4/cc: ,cC.FNS Christopher A. Rock, • Vice President — Corpus TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 3 Field Tests and Measurements 4 LABORATORY TESTING PROGRAM 4 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 5 Groundwater Observations 7 OSHA Soil Type Classification 8 FOUNDATION RECOMMENDATIONS 9 Project Description 9 PVR Discussion 9 Drilled Piers 9 L -Pile Design Criteria 10 Drilled, Cast -in -Place, Pier Construction Considerations 12 PAVEMENT RECOMMENDATIONS 13 Routine Maintenance of Rigid and Flexible Pavement Systems 18 Earthwork and Foundation Acceptance 19 Dewatering Construction Considerations 19 GENERAL COMMENTS 20 APPENDIX Boring Location Plan Boring Logs B-1 through B-5 Key to Soil Classifications and Symbols January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G 112260 INTRODUCTION This report presents the results of a soils exploration for the proposed Greenwood Drive Project with project limits between Gollihar Road and Horne Road to be constructed in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and Govind Development, LLC. Authorization The work for this project was performed in accordance with Rock Engineering and Testing Laboratory, Inc. (RETL) proposal number P120512A (Revision No. 1) dated January 25, 2012. The scope of work was approved and incorporated into a City of Corpus Christi's Agreement for "Construction Materials Engineering Laboratory's Inspection and Materials Testing Services" and signed by a representative of Rock Engineering and Testing Laboratory, Inc. Purpose and Scone Based on information provided to RETL, the proposed project will include widening Greenwood Drive from a 5 travel lane roadway to a 4 travel lane roadway with a continuous center left turn lane. The existing roadway is a curb and gutter urban section. It is understood that the proposed project will include replacement of the existing curb and gutter and that the profile grade line of the roadway will remain at approximately the same elevation. In addition, new utility lines will be installed. The depth the utility lines will be installed below finished pavement has not been determined. RETL performed the following: • Evaluation of the subsurface soils within the limits of the proposed roadway rehabilitation project by obtaining information on the in-situ soils and groundwater conditions and to provide flexible and rigid pavement sections suitable for 20 and 30 - year pavement designs. • Provision of recommendations on the suitability of recycling the existing asphalt roadway to be re -used as base material for either a flexible or rigid pavement section. If the material is suitable, RETL will provide recommendations suitable for 20 and 30 -year pavement designs. If milling and reclaiming the existing pavement constituents is not suitable, RETL will also provide this recommendation in the final report. • Provide soil parameters, trench excavation design parameters, OSHA soil type classification and recommendations needed by the contractor/engineer to design braced excavations for installation of underground utilities. In addition, prospective contractors will utilize the information provided in this report during the bidding process. • Provide foundation recommendations for the proposed traffic signals and other traffic control devices and light standards. 1 of 20 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gallihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G112260 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. No other representations are expressed or implied, and no warranty or guarantee is included or intended. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, 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 assist the design engineer in selecting suitable pavement sections for the proposed street rehabilitation project, foundation recommendations for the proposed traffic signals, traffic control devices and light standards and to provide the contractors with information to assist with bidding and design of trench excavation protection. The information submitted for the proposed project is based on project details provided by Mr. Ramiro Munoz, III, P.E., representing Govind Development, LLC, and the soil information obtained at the sample locations. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been presented after being prepared in accordance with generally accepted professional engineering practice in the fields of foundation engineering, soil mechanics and engineering geology. No warranties are expressed or implied. This report has been prepared for the exclusive use of the City of Corpus Christi and Govind Development, LLC for the specific application for the proposed Greenwood Drive Project with project limits between Gollihar Road and Horne Road to be constructed in Corpus Christi, Texas. FIELD EXPLORATION Scope The field exploration to evaluate the engineering characteristics of the subsurface materials included performing the soil borings and determining strength and classification of the subgrade soils samples obtained. A summary of the field investigation performed for the Greenwood Drive Rehabilitation project is provided in the table below: 2 of21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE - GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G l 12260 Depth of FIMAC & Flexible Base Material Boring/Core Number Boring/Core Depth Location Depth of HMAC (in) Depth of Base (in) B-1 25' N 27° 45.156' W 97° 26.122' Greenwood Dr.; 100' N of Gollihar Rd.; 5' from edge of pavement; NBL 6.00 6.00 B-2 5' N 27° 45.240' W 97° 26.077' Greenwood Dr.; 75' N of Karen Dr.; 3' from edge of pavement; SBL 6.00 6.00 B-3 25' N 27° 45.328' W 97° 26.022' Greenwood Dr.; 50' S of Harvard St.; 3' from edge of pavement; SBL 5.25 7.00 B-4 5' N 27° 45.404' W 97° 25.969' Greenwood Dr.; 40' S of Sherman St.; 7' from edge of pavement; NBL 5.00 7.00 B-5 25' N 27° 45.496' W 97° 25.919' Greenwood Dr.; 100' S of Horne Rd.; 5' from edge of pavement; SBL 4.75 . 8.00 B-6 L24' N 27° 45.330' W 97° 26.021' Greenwood Dr.; 50' Sof Harvard St.; 18' from edge of pavement; SBL 6.1 8.75 B-7 1.15' N 27° 45.330' W 970 26.018' Greenwood Dr.; 50' S of Harvard St.; Center Turn Lane 4.5 9.25 B-8 1.06' N 27° 45.330' W 97° 26.019' Greenwood Dr.; 50' S of Harvard St.; Center Turn Lane 4.5 8.25 13-9 1.19' N 27° 45.329' W 97° 26.017' Greenwood Dr.; 50' S of Harvard St.; 18' from edge of pavement; NBL 5.25 9 Average Thickness of Existing Pavement Constituents (in) 5.26 7.7 Where: NBL = North Bound Lane SBL = South Bound Lane The borings performed for this project were used to determine the classification and strengths of the in-situ soils. The information obtained on the boring logs includes boring location, boring depth, thickness of pavement constituents, soil classification, soil strengths, laboratory test results and GPS coordinates obtained using a commercially available GPS at the boring locations. The boring logs are included in the Appendix. Drilling and Sampling Procedures At each boring location, pavement cores were performed to provide access to the subsurface soils. The pavement cores were obtained using a coring machine equipped with a diamond bit to penetrate the existing pavement constituents to a depth the subgrade soils were encountered. 3 of21 January 3 I, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE -- COLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: GI 12260 Once the pavement constituents were penetrated and the existing pavement constituents removed, a drilling rig equipped with a rotary head turning hollow stem augers was used to advance the boreholes to the desired boring termination depth. Disturbed samples were obtained employing both split -barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split -Barrel Sampling of Soils, (ASTM DI586)". Undisturbed samples were obtained using thin-wall tube sampling procedures in accordance with the procedures for "Thin Walled Tube Sampling of Soils, (ASTM DI 587)." 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 Measurements Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil. 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 the sum of 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. Water Level Observations - Water level observations were obtained during the test boring operations and are noted on the boring logs 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 open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations - The ground surface elevations at the boring locations were not provided. Therefore, all depths referred to in this report are from the actual ground surface elevations at the boring locations during the time of our field investigation. 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 and pavement systems for the proposed project. 4 of 21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Home Road); Corpus Christi, Texas RETL Job No.: G112260 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 dry unit weight determinations (ASTM D2937), 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). 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 logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of soils encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, pocket penetrometer tests, strength tests, water level observations and other laboratory tests are presented on the boring logs 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 3 -months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the actual boring locations. 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 borings were 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 generalized soil conditions encountered have been summarized and soil properties including soil classification, strength and the soil parameters recommended for use when designing of braced excavations are provided in the following tables: 5of21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: GI 12260 Soil Profile Table; Borings B-1 D Description LL PI C 4 ye Ka KP 0-2 Ex. I-IMAC Pavement* Not Applicable 2-10 Fat/Lean CLAY & CLAYEY Sand 41-51 23-34 2300 0 120 0.38 2.6 10-17 Poorly Graded SAND & Silty SAND _- __- 0 30 55 0.33 3.0 17 2S Poorly Graded SAND & Silty SAND --- -- 0 33 55 0.29 3.39 Soil Profile Table; Borings B-2 and B-4 (Note: These two borings were terminated at 5 -feet) D Description LL PI C 4) ye K. Kp 0-1 Ex. I-1MAC Pavement Not Applicable ° 1-5 FatlLean CLAY & CLAYEY Sand 25-50 11-35 2,700 0 120 0.38 2.6 Soil Profile Table; Borings B-3. D Description LL PI C 4 Ye K. Ko, 0-1 Ex. 1-IMAC Pavement Not Applicable 1-10 Lean/Fat CLAY 47-61 29-43 2100 0 120 0.38 2.6 10-18 Silty SAND --- --- 0 28 55 0.36 2.77 10-25 Lean CLAY 40 21 1800 0 60 0.40 2.5 Soil Profile Table; Borings B-5 D Description LL PI C 4 Ye K. Kr 0-2 Ex. Flexible Pavement* Not Applicable 2-25 Fat CLAY 53-60 33-40 2700 0 120 0.38 2.6 p Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) 4) = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf Ka Active Earth Pressure Coefficient Kp= Passive Earth Pressure Coefficient 6 of21 January 3 I , 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: 0112260 *It should be noted that the subgrade soils at boring locations B-1 and B-5 indicated the presence of lime when subjected to phenolphthalein color indicator test. Exceptions to the generalized soil conditions may exist. Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. A composite base sample was subjected to Atterberg limits tests to determine the plasticity. The liquid limit (LL) was 41 -percent and the plasticity index (PI) was 18. The trench protection should be designed to provide the most conservative design given the design parameters provided in the tables above. It should be noted that the values for the design of braced excavations provided in the tables above are based on the soil strengths and soil densities encountered in the field and generally accepted empirical formulas correlating undrained shear strengths to drained shear strengths and the corresponding angle of internal friction for clay soils. The active and passive earth pressure coefficients were calculated using the drained angle of internal friction as recommended in "FOUNDATION ANALYSIS AND DESIGN", written by Mr. Joseph Bowles where he states, "Drained soil parameters for stiff clays and 1-C soils in general may be appropriate for lateral pressures behind braced walls where the excavation is open for a considerable length of time." Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: GROUNDWATER OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION B-1 10.5' Wet and Caved at 12' B-2* Dry Dry and Open B-3 13' Wet and Caved at 12' B4* Dry Dry and Open 13-5 Dry Dry and Open *Borings were terminated at a depth of 5 -feet. Based on measurements made in the field and moisture contents obtained in the laboratory, it appears that groundwater at this site, during the time of our field investigation, will be encountered near the 10.5 to 13 -foot depth. 7 of 21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: GI 12260 The groundwater readings provided in the table above are indicative of the conditions at the boring locations during the time of our field investigation. It should be emphasized that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site will be subject to seasonal conditions, recent rainfall, drought or temperature effects. OSHA Soil Type Classification 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: D DESCRIPTION OSHA Soil Type Classification 0-10 Stiff Clay above the Water Table Type B 10-20 Medium Dense Sand below the Water Table Type C 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: GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/4: Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 1 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. 8of2l January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. Project Description GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: GI 12260 FOUNDATION RECOMMENDATIONS Based on information provided to RETL, the project will include the installation of traffic control devices in addition to the roadway rehabilitation. Piers will be utilized to support the proposed traffic control devices. Recommendations are provided herein for deep foundations to support the proposed traffic control devices. PVR Discussion The laboratory test results indicate that the subsoils in the active zone at this site are predominately moderate to high in plasticity. The maximum calculated total potential vertical rise (PVR) at this site is on the order of 3 % to 31/4 -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 at boring location B-5 performed near Horne Road. Drilled Piers Straight shaft drilled piers are recommended to support the proposed traffic signals and other traffic control devices and light standards. Site conditions vary across the limits of the project site. Due to these site changes it appears as if straight shaft drilled piers are the most cost effective deep foundation to be utilized to support the proposed traffic signals and other traffic control devices and light standards. Beginning close to Gollihar Road, sand was encountered in Boring B-1 from 10 -feet to 25 -feet warranting the use of the slurry displacement method to install the straight shaft drilled piers. Moving towards Horne Road a competent clay stratum was encountered at boring location B-3 at a depth of approximately 18 -feet and extending to the boring termination depth of 25 -feet and at boring B-5 the competent clay stratum extended from the ground surface to the boring termination depth of 25 -feet. It is possible, where a competnent clay stratum exists (ie: Borings 3-3 between 18 -feet to 25 -feet and 3-5 from the ground surface to 25 -feet) to utilize temporary steel casing to install the piers. It should be noted that the slurry displacement method of straight shaft drilled shaft installation can be used throughout this project site. The structural designer can utilize the allowable unit skin friction values for the range in depths included in the following table for deep foundations to resist the axial loads given the strengths of the subsurface soils encountered: 9 of21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE—GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Joh No.: G 1 12260 ALLOWABLE UNIT SKIN FRICTION VALUES Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0-5 Neglect 5-18 575 18-23 475 All depths are referenced from the existing ground surface elevations at the boring locations during the time of our field investigation. 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 a straight shaft drilled pier required to resist uplift forces from the expansive soils encountered at this site, assuming a minimum load of 20 -kips, is 19 -feet and the maximum termination depth is 23 -feet. If the minimum load on any deep foundation is less than 20 -kips, RETL should be given the opportunity to revisit the minimum depth recommendations provided in this report. Resistance to uplift can be calculated by taking 60 -percent of the axial capacity of a straight shaft drilled pier when using the unit skin friction values provided in the table above. Deep foundations designed as skin friction elements with a safety factor of a 2 can expect total settlement to be on the order of 0.2 -percent of the shaft diameter with differential movement between equally loaded adjacent piers to be approximately half of the total settlement. Straight shaft drilled piers should be spaced no closer than three diameters apart 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. The successful placement of any drilled pier foundation system is dependent on the expertise of the drilled pier foundation contractor. A test pier excavation should be performed at the site to verify the contractor's construction methods and to identify any potential groundwater infiltration and soil sloughing problems. The Geotechnical Engineer, or his designated representative, should be present to witness the installation of all the drilled piers, including the test pier excavation. L -Pile Design Criteria Design criteria for use in software programs such as L -Pile to analyze the deep foundations to resist lateral Toads are provided in the following tables: 10 of 21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — COLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G112260 L -Pile Design Criteria Boring B-1 D Description C 4 ye K Eso 4 5 Fat/Lean CLAY & CLAYEY Sand 120 5-10 5-14 Fat/Lean CLAY & CLAYEY Sand 2300 0 120 1000 0.005 10-17 Poorly Graded SAND & Silty SAND 0 34 55 60 --- 17-25 Poorly Graded SAND & Silty SAND 0 33 55 60 -- L -Pile Design Criteria Boring B-3 D Description C (I) y. K Esa 0-5 Lean/Fat CLAY 120 5-10 Lean/Fat CLAY 2100 0 120 1000 0.005 10-18 Silty SAND 0 28 55 20 10-25 Lean CLAY 1804 0 60 500 0.007 L -Pile Design Criteria Boring B-5 D Description C 4 ye K E50 0-5 Fat CLAY 120 5-25 rat CLAY 2700 0 120 1000 0.005 Where: D = Depth in inches below existing grade C = Soil Cohesion, psi (undrained) 4= Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight. pci K = static soil modulus (pci) E50 - 50% strain value [1 of21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE—GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G 112260 Drilled, Cast -in -Place, Pier Construction Considerations For deep drilled pier construction at this site, temporary steel casing or the slurry displacement method of excavating drilled piers will be necessary to prevent groundwater and soils from infiltrating into the pier excavations. The depth to a competent clay stratum varies considerable at this site from non-existent closer to Gollihar Road requiring the slurry displacement method of pier installation to extending from the ground surface to a depth of 25 -feet at boring location B-5 performed near Horne Road where either the slurry displacement method of pier installation or temporary steel casing can be utilized. RETL recommends that the drilled pier contractor refer to the boring logs included in the Appendix to determine the most cost effective method of straight shaft drilled pier installation method to use at which location along the project length. Temporary steel casing should be included in the contract documents as a unit bid price to be paid for by the linear foot. It may be more economical for the drilled pier contractor to utilize a combination of casing and slurry displacement method to excavate the straight shaft drilled pier The slurry displacement method of performing the pier excavation is applicable for any situation requiring casing. It is required if it is not possible to get an adequate water seal with the casing to keep groundwater out of the shaft cavity. Note that it is essential in this method that there is a sufficient slurry head available (or that the slurry density can be increased as needed) so the inside pressure is greater than that from the groundwater table or the tendency of the soil to cave. Bentonite is most commonly used with water to produce the slurry ("bentonite slurry"). Some experimentation may be required to obtain the optimum percentage of bentonite required for a site but amounts in the range of 4 to 6 -percent by weight are usually adequate. The bentonite should be well mixed with water so that the mixture is not lumpy. The slurry should be capable of forming a filter cake on the shaft wall and to carry the smaller (say, under 6mm) excavated particles in suspension. With the slurry method it is generally desirable to: • Prevent having the slurry in the shaft too long to prevent an excessively thick filter cake which may be difficult to displace with concrete during shaft filling. Purnp the slurry and screen out the larger soil particles in suspension then the "conditioned" slurry can be returned to the shaft prior to concreting. • Care should be exercised in excavating clay through the slurry so that pulling a large fragment does not cause sufficient negative pore pressure, or suction, to develop and collapse a part of the shaft. 12 of 21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G112260 When the shaft is complete the rebar cage is set in place and a tremie installed (this sequence is usually necessary so that the tremie does not have to be pulled to set the cage and then reinserted -almost certain to produce a slurry film discontinuity in the shaft). Concrete is pumped with great care taken that the tremie is always well submerged in the concrete so a minimum surface area is exposed and contaminated with slurry. Studies have shown that the concrete will adequately displace slurry particles from the rebar cage so a good bond can be obtained, and as previously noted, if the shaft is not open too long the filter cake on the pier wall is reasonably displaced as well. Care must be taken during concrete placement and casing removal to ensure that sufficient concrete head is maintained inside the casing to prevent soil intrusions in the pier concrete. Concrete 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 problems related to the concrete adhering to the casing as the casing is removed and to minimize aggregate segregation caused by the reinforcing steel. The soils engineer should be present to witness the test pier excavation. The pier excavation should not be allowed to stay open overnight. The successful placement of a pier foundation is dependent on the expertise of the drilled pier foundation contractor. The Geotechnical Engineer, or his designated representative, should be present to witness the pier excavation. PAVEMENT RECOMMENDATIONS The proposed roadway rehabilitation will include the construction of a 5 -lane curb and gutter roadway. The centerlane will be a tum lane. In designing the proposed roadway, the existing subgrade conditions must be considered together with the expected traffic use and loading conditions. It should be noted, given the average thickness of the existing pavement constituents the structural number (SN) of the existing roadway is estimated to be on the order of a 3.0. The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by a California Bearing Ratio (CBR) for the design of flexible pavements, or a Modulus of Subgrade Reaction (K) for rigid pavements. • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads. • Probable increase in vehicular use over the life of the pavement. • The availability of suitable materials to be used in the construction of the pavement and their relative costs. 13 of21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G 112260 Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) have not been performed for this analysis. Based upon local experience, the estimated CBR and K values for the natural surficial fat clay soils encountered at this site is, 3 and 75 pci, respectively. The Average Daily Traffic (ADT) numbers utilized for this project were provided by the City of Corpus Christi. Given the ADT counts provided the 2033 and 2043 traffic projections to determine vehicles per design lane were calculated by taking into account the following considerations: • 2% Growth • 4% Trucks • 50/50 Directional Traffic Distribution • 60/40 Lane Traffic Distribution • Terminal Serviceability Index — 2.5 • Most Recent ADT Provided by City of Corpus Christi — 9186 VPD (March, 2010) If the owner or consultant provides considerations that conflict with those assumed above, then RETL should be given the opportunity prior to final issue of the plans and specifications to determine if supplemental recommendations are warranted. ADT numbers provided and calculated for 20 and 30 -years, calculated 18 -kip Equivalent Single Axle Loads (ESAL) and calculated required structural number are provided in the table below for 20 and 30 -year pavement designs: Greenwood Drive; Summary or Pavement Design Criteria Limits: Gollihar Road to Horne Road 20 Yr. 30 Yr. ADT 18,130 24,364 Flex. ESAL's 1,385,332 2,790,658 Rigid ESAL's 1,802,890 3,712,591 Required SN 4.75 5.25 Rigid Concrete Pavement Thickness (in) 8" 9" The recommended rigid and flexible pavement sections calculated using the American Association of the State Highway and Transportation Officials, "GUIDE FOR DESIGN OF PAVEMENT STRUCTURES," are provided in the following tables: 14 of2l January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G112260 20 YEAR FLEXIBLE PAVEMENT SECTIONS 2" Flex. Pvmt. IA Flex. Pvmt. 1B Flex, Pvmt. 1C Flex. Pvmt. 1D Flex, Pvmt. 1 E Type D HMAC 2" 2" 2" 2" 2" Type B HMAC 4" 4" 4" 3" 3" Flex Base Material Type A Gr. 1 12" 12" 10" l0" 9" L.S. Subgrade (4 %%) 8" No No No No Geogrid TX5 No No TX5 No TX5 Geogrid BX -1100 No BX -1100 No BX -1100 No Salvaged, Stockpiled and Replaced Base Material No No No 6 6 Calculated SN 4.84 4.84 4.83 4.74* 4.77 IMin. Required SN 4.75 4.75 4.75 4.75 4.75 *Does not meet minimum required SN, but it is RETL's opinion that a difference in SN of .01 is negligible and this flexible pavement section ID should be considered an equivalent pavement section. 30 YEAR FLEXIBLE PAVEMENT SECTIONS Flex. Pvmt. 2A i Flex. Pvmt. 2B Flex. Pvmt. 2C Flex. Pvmt. 2D Flex. Pvmt. 2E LType D HMAC 2" 2" 2" 2" 2" Type B HMAC 5" 5" 5" 4„ 4" Flex Base Material Type A Gr. 1 12" 12" 10" 11" 10" L.S. Subgrade (4 V2%) 8" No No No No Geogrid TX5 No No TX5 No TX5 Geogrid BX -1100 No BX -1100 No BX -1100 No Salvaged, Stockpiled and Replaced Base Material No No No 6" 6" Calculated SN 5.26 5.26 5.25 5.30 5,35 Min. Required SN 5.25 5.25 5.25 5.25 15 of 21 5.25_1 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, A.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: GI 12260 After all surface organics, deleterious materials and existing roadway materials have been removed to the desired subgrade elevation, the upper 12 -inches of exposed raw subgrade 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. Any soft areas identified shall be removed and properly recompacted in place. Where specified in the tables above; Upon completion of the raw subgrade preparation, lime shall be mixed with the scarified subgrade soils. Lime stabilization shall be performed in accordance with TxDOT Item 260, "LIME TREATMENT FOR MATERIALS USED AS SUBGRADE (ROAD MIXED}." Lime shall be mixed into the raw subgrade soils based on 4 'V2- percent of the maximum dry unit weight of the raw subgrade soils as determined by the standard Proctor (ASTM D698). After the proper curing time, usually 24 to 48 -hours, the lime stabilized soils should be remixed and compacted to a minimum density of 98 -percent of the maximum dry density as determined by a standard Proctor test (ASTM D698) and at, or above, the optimum moisture content. Where specified in any tables in this report requiring salvaged stockpiled and replaced base material, the contractor's operations shall be be performed in accordance with TxDOT Item 251, "REWORKING BASE COURSES". The "sub -base" shall be placed on properly prepared subgrade soils and compacted to a minimum density of 98 -percent of the maximum dry density as determined by a standard Proctor test (ASTM D698) and within 1 '''A -percent of the optimum moisture content. Where specified in the tables above; Upon completion of the raw subgrade preparation a layer of the specified geogrid shall be placed on the properly prepared raw subgrade or sub -base and shall extend outside the limits of the crushed limestone base material, or to the limits dictated by the City of Corpus Christi, whichever is greater. The geogrid shall be placed in accordance with the manufacturer's recommendations. The flexible base materials utilized shall meet the minimum physical requirements for TxDOT Item 247, Type A, Grade 1. Base materials in flexible pavement areas should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 98 -percent of the maximum dry density as determined by the modified Proctor test (ASTM D1557) and within 1 V2 -percent of the optimum moisture content. RETL recommends placing a single course seal coat or a prime coat (MC -30 or MC -70) on the finished flexible base material prior to placing the HMAC courses. A seal coat should be utilized if opened to traffic. Hot mix asphaltic concrete should meet the requirements set forth in TxDOT Item 340; Type D and Type B surface and base courses, respectively. Maximum thickness of HMAC placement for the types of HMAC recommended are provided in the following table: 16of21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE—GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G l 12260 Maximum Recommended Compacted Lift Thickness HMAC Mixture Type Maximum Compacted Lift Thickness Type B HMAC 5" Type D HMAC 3" Any other pay items not specifically referenced shall be either City of Corpus Christi specifications or TxDOT specifications. All TxDOT specifications are referenced from the 2004 Texas Department of Transportation, "STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES." Consideration for increasing the stiffness of the PG asphaltic asphalt binder in the HMAC within intersections in an attempt to minimize problems associated with rutting, shoving and bleeding is recommended. Allowances for proper drainage and proper material selection of base materials are most important for performance of asphaltic pavements. Ruts and areas that hold water in asphalt pavements allow for quick deterioration of the pavement primarily due to saturation of the underlying base and subgrade. The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and to the long term maintenance cost benefits of concrete pavement compared to asphaltic pavements. Rigid Pavement Design Thickness Requirements Pavement Constituents 20 Year 30 Year Reinforced Concrete 8" 8" 9" 9" Type D HMAC 1" 1" 1" 1" Crushed Limestone Base Material TxDOT Item 247; Type A, Grade 1* 6„ S„ ___ Cement Stabilized Salvaged, Stockpiled and Replaced Base Material (4% Cement) --- 7" -_- 7" Compacted Subgrade Soils (95% Std. Proctor; at, or above, oft.) 11„ _ IT, 12" 12" *Note: TxDOT Item 247 Type A Grade 1 crushed limestone base material shall be compacted to a minimum of 98 -percent of the standard Proctor (ASTM D698) and within 1 %-percent of the optimum moisture content when utilized within a rigid concrete pavement section. 17 cf21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G112260 Where specified in the table above for rigid pavement alternative pavement sections the recycled base materials placed on the properly compacted subgrade soils shall be cement stabilized in accordance with TxDOT 2004 Specification Item 275 Cement Treatment (Road Mixed). The recycled base materials shall be cement stabilized with a minimum of 4 -percent cement based on the maximum dry unit weight of the raw base material as determined by the standard Proctor (ASTM D698). The cement stabilized recycled base material shall be compacted to a minimum density of 98 -percent of the maximum dry density, as determined by the standard Proctor test (ASTM D698), and at, or above, the optimum moisture content. Proper curing of the cement stabilized recycled base shall be in accordance with Item 275 Cement Treatment (Road Mixed). It should be noted that TxDOT 2004 Specification Item 275 Cement Treatment (Road Mixed) recommends a maximum of 50 -percent of the recycle base material to be cement stabilized to consist of HMAC. Therefore, given the requirement for 7 -inches of cement stabilized base material provided in the table above, a maximum thickness of HMAC to be utilized from the existing average 5.26 -inches of HMAC is 3 1/2 -inches requiring removing a portion of the HMAC. The most effective method of removing a specific amount of HMAC is by milling the amount of HMAC required to be removed from the existing pavement. Given the average existing thickness of base material, approximately 7.7 -inches and allowing for some loss of this material near the interface of the base material and the existing subgrade of approximately 1 - inch, it appears as if there is sufficient material at this site to meet the thickness requirements of the cement stabilized base materiel and also comply with the requirement of a maximum of 50 - percent HMAC in the cement stabilized base. It may be prudent to promote the recycling of the HMAC milled and removed from the jobsite into the proposed HMAC incorporated into this project. The concrete pavement should be properly reinforced and jointed, as per ACI, and should have a mean concrete modulus of rupture of 630 psi (4,000 psi compressive strength concrete). Expansion joints should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned and sealant should be installed without overfilling before pavement is opened to traffic. Routine Maintenance of Rigid and Flexible Pavement Systems The pavement sections provided in this report are designed based 18 -kip equivalent single axle loads over the design life. During the design life, the roadway will require routine maintenance such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid pavement sections. Without proper maintenance moisture infiltration into the base material and subgrade will result in rapid deterioration of the pavement system. RETL recommends that the City of Corpus Christi protect their investment by incorporating an aggressive maintenance program. 18of2l January 31, 2013 City of Corpus Christi Attn: Mr. Dan Bites, P.E. GREENWOOD DRIVE — GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G 1 12260 Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils if excavations remain open for long periods of time. Therefore, it is recommended that all excavations be extended to final grade and the utilities, boxes, and manholes be installed as soon as possible to minimize potential damage to the bearing soils. The bearing level should be free of loose soil, ponded water or debris and should be observed by the Geotechnical Engineer, or his designated representative. Concrete, pavement constituents, bedding materials and backfill materials 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 from the excavation and replaced with properly compacted fill. Backfill materials should be placed in maximum 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 the moisture content should be maintained within —1 to +3 -percent of the optimum moisture content. The Geotechnical Engineer or his designated representative should monitor the placement of roadway constituents, bedding material, backfill and backfill behind the curb. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Dewatering Construction Considerations Based on the groundwater observations made during the drilling operations and based on our experience with other geotechnical investigations performed in the vicinity, it appears that dewatering will be required, when installing the proposed underground utility lines to depths near 10 -feet, or greater. It should be noted that the depth to the groundwater is subject to change due to climatic and site conditions; therefore, it should be made the responsibility of the contractor to verify depths to groundwater. The following discussion is general information that may be useful where dewatering operations are required. For construction of shallow excavations, open drainage or interceptor ditches can be expedient and relatively inexpensive method for lowering the groundwater table a slight distance. The interceptor ditch has to penetrate deeper than the elevation of the work area. Water collecting in such ditches normally has to be pumped out of the ditch for disposal. Since gravity flow is relied upon to bring the water to the ditch, the continued inflow is dependent on the water level in the ditch being kept low. With this method, it is common to construct small pits in the ditch, termed sump pits, for locating the necessary pumps (sump pumps). The drawing down of the water table can also be accomplished by constructing a series of sump pits, or, if greater depth is required, some type of drainage wells around the construction area and pumping the water from these pits or wells. 19 of2l January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. GREENWOOD DRIVE—GOLLIHAR ROAD TO HORNE ROAD (BOND 2012) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: 0112260 For dewatering to intermediate depths (to about 30 -feet but more if sufficient area is available for installing the necessary equipment) well -point systems are normally used. To dewater an area, a series of well points is installed around the perimeter of the area. The groundwater level within the perimeter will be lowered when the well -point system is put in operation. The spacing of the well points varies according to the soil type and depth of dewatering. Spacing conventionally varies between 3 and 10 -feet. With the type of pumping equipment conventionally used for well points, the depth of dewatering that can usually be achieved by a single line of well points located around the perimeter of an excavation is about 18 to 20 -feet. This is due to the limit on the practical lifting, or suction, capacity of the pumping equipment. Lowering the water table through a greater distance may require the use of a two (or more) stage (multistage) installation. Where a two- stage installation is required, the well points for the first stage of drawdown are located near the extreme perimeter limits of the area that can be excavated, and are put into operation. Well points for the second stage are subsequently located within the area that has been excavated, near to the bottom elevation that has been dewatered by the first stage. The second stage well points then lower the water table to the additional depth necessary to complete the excavation in dry conditions. Subsurface water that flows in an upward direction into an excavation area that is being dewatered imparts a seepage force that tends to loosen the soil, reducing the soil strength. The change in strength should be considered in designing excavation bracing and foundations. Where excavations are to extend more than a few feet below groundwater level, open ditches or pits may not be practical, and more advanced methods may be required. Other methods of dewatering are available and may be more cost effective than those mentioned above. Additional information concerning dewatering may be obtained from a contractor whose specialty is dewatering. GENERAL COMMENTS If there are any revisions to the plans for the proposed project, or if deviations from the subsurface conditions noted in this report are encountered during construction, RETL should be retained to determine if changes in the recommendations are required. If RETL is not retained to perform these functions, RETL will not be responsible for the impact of those conditions on the performance of the project. It is recommended that RETL be retained to provide observation and testing during the construction of the proposed project. RETL cannot accept any responsibility for any conditions which deviate from those described in this report, nor for the performance of the project if not engaged to also provide construction observation and testing. 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. 20 of 21 January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, F.E. GREENWOOD DRIVE —GOLLIHAR ROAD TO HORNE ROAD (BOND 2412) Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G112260 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. 21 of21 APPENDIX Tvtr ; f 1 :• •� R _� ..�t1 � •� _4 A i'r r a R „� rT �Y�+'SEf rs i • att r F ” M Li1 ` Cis �w R 'l7 ��t s1. it`F+s !L *kik { January 31, 2013 City of Corpus Christi Attn: Mr. Dan Biles, P.E. BORING LOCATION PLAN NO SCALE GREENWOOD DRIVE Greenwood Drive (Gollihar Road to Horne Road); Corpus Christi, Texas RETL Job No.: G 1 12260 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 at.�'�° r .�4 �0. Rock l�a + !® 6817 iC Corpus eon Telephone: 9r Fax: ` FIELD DATA Engineering & Testing Lab., Inc. Leopard Street Christi, Texas 78409 (38t] 883 4555 (361 ) 883.4711 LABORATORY DATA CLIENT: City of Corpus Christi (#E12092)"�4 L" + PROJECT: Prop. Greenwood Drive Project LOCATION: Greenwood Dr.; Corpus Christi, TX NUMBER: G112260 DATE(S) DRILLED: 01/04/13 - 01/04!13 DRILLING METHOD(S): Hollow Stem Auger ISOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: 9LOWSIFT P: TONSISQ FT T: TONS/SQ FT PERCENT RECOVERY, ROC14 QUALITY DESIGNATION MOISTURE CONTENT (%) ATTEREG LIMITS COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 240 SIEVE t%} 2 o PLASTIC LIMIT g & 0 } zo 0 z GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 10.5' during drlling operations. Wet and caved at 12' upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI a E DESCRIPTION OF STRATUM ASPHALT t6,001 :::: - \BASE MATERIAL (6.00"1 - P51 po �. +...' '.04i . 11 X N=14 21 ,IME ST►48tLJZED SUBGRADE, dark gray, moist, stiff. Presence of lime was indicated using phenolphthalein, a lime indicating solution. V //Sy /11 - 5- _ 10 - SH 3-2 SH 5.3 SH P= 4.0 24 P= 3.25 23 I P= 3.0 21 7 51 41 17 16 34 23 too 1.5 64 66 SANDY FAT CLAY gray and brown, moist, very stiff. (CH) Sa Same as above. SANDY LEAN CLAY, brown, moist. very stiff. (CL) 1111 - _V 15 20 - - 25 s3 S-5 ss s-6 3-7 ss SS X N= 11 ]I! 24 XI N= 10I 24 X— 21 N- 22 22 10 g SILTY SAND. brown, moist, medium. POORLY GRADED SAND, with silt, brown, moist, medium. Same as above. Same as above. Boring was terminated at a depth of 25 -feet. N - STANDARD PENETRATION TEST RESISTANCE P -POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL Boring operations were performed by RETL at GPS Coord. N 2r 95.156 w 97' 26.122'. Boring Loostlon: Greenwood Dr.; 100' N of Galliihar Rd.; 5' from edge of pavement; North bound lane O DRIVE.GFJ ROCK ETL.GDT 1F1811� � o �*# t.r Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Cor � CorpussChristi, Texas 78409 v s Telephone: (361) 8834555 4e"._ Fax: (361) 883-4711 --— — v11��1 I YI I CLIENT: City of Corpus Christi (#E12092) PROJECT: Prop. Greenwood Drive Project LOCATION: Greenwood Dr.; Corpus Christi, TX NUMBER: G112260 DATE(S) DRILLED: 01/04/13 - 01/04/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger ISOIL SYMBOL SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONSJSQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUAUTY DESIGNATION IMOISTURE CONTENT (%) BERG S DRY DENSITY P�UNDS/CU.F7 MINUS NO. 200 SIEVE (%) I LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX g GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion or drinog operations. SURFACE ELEVATION: NIA a LL PL PI o r DESCRIPTION OF STRATUM ASPHALT (6.00"1 ki MATERIAL (6.001 ;• A■lime SI -1 5-1Presence 2 P= 4,5+ ■ IN= 712 43 17 26 25 14 11 SASE SANDY LEAN CLAY, gray and brown, moist, very stiff. (CL) of lime was not indicated using phenolphthalein, a indicating solution. CLAYEY SAND, brown, dry, firm. (SC) Sand seam encountered. Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE P -POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL Boring operations were performed by RETL at GPS Coad. N 27° 45240' W 9r 26.077% Boring Location: Greenwood Dr.; 75' N of Karen Dr.: 3' From edge of pavement; South bound lane FIELD DATA LOG OF BORING B-3 Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 LABORATORY DATA 15 - 20 - a 5 N-STANDA P -POCKET 00 T - POCKET J 25 SS S-1 SH S-2 SH S-3 SH S-4 SS S-5 SS 5-6 SS sa SS S-8 to RN Spg a. ozzulQ� U ATTERs LIMIT ERG s F 2 0 a LL 1- 2 z PL PI MINUS NO. 200 SIEVE (%y SHEET 1 of 1 CLIENT: City of Corpus Christi (#E12092) PROJECT: Prop. Greenwood Drive Project LOCATION: Greenwood Dr.; Corpus Christi, TX NUMBER: G112260 DATE(S) DRILLED: 01104113 - 01/04113 DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was enmantered at 13' during ceiling operations. Wet and caved at 12 upon completion of drl ing operations. SURFACE ELEVATION: NIA 1 1 1 N= 5 P= 3.0 P= 3.5 P= 4.0; Tv= 0.25 23 23 21 23 61 47 18 18 43 29 70 79 DESCRIPTION OF STRATUM \ASPHALT {5.25") \SASE MATERIAL (t.00") FAT CLAY with sand, dark gray, moist, firm. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicatfing solution. Same as above, brown, very stiff. LEAN CLA1[, with sand, brown, moist, very stiff. (CL) Same as above, with calcareous deposits. r N= 6 N=12 y 25 26 20 SILTY SAKI, brown, moist, loose. Clay seam encountered. Same as above, medium. N=19 N=11 27 24 40 19 21 60 SANDY LEAN CLAY, brown, moist, very stiff. (CL) Same as above, stiff. Boring was terminated at a depth of 25 -feet. RD PENETRATION PENETROMETER TORVANE SHEAR TEST RESISTANCE RESISTANCE STRENGTH REMARKS: Boring depth and location was determined by REEL Boring operations were performed by RETI. at GPS Coord. N 27°45.328' W 87° 26.022. Boring Location: Greenwood Or.; 50' Sof Harvard St.; 3' from edge of pavement; South bound lane Tv= 0.25 Isf; C= 500 psf SHEET 1 of 1 ar° 4 r �,.4� 4•0). Rock Engineering & Testing Lab, Inc. �� 'N 6817 Leopard Street ±� Corpus Christi, Texas 78409 4,9R Telephone: {361) 883-4555 4.1.0,4. Fax: (381 ) 883-4711 CLIENT: City of Corpus Christi (#E12092) PROJECT: Prop. Greenwood Drive Project LOCATION: Greenwood Dr.; Corpus Christi, TX NUMBER: G112260 DATE(S) DRILLED: 01/04/13 - 01/04113 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Holo"r stem Auger ISOIL SYMBOL SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT T: TONS/SO FT PERCENT RECOVERY/ ROCK DUALITY DESIGNATION IMOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDSICU.FT COMPRESSIVE STRENGTH (TONSISO FT) b Q J U z - 7373p N N d z GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI 2 DESCRIPTION OF STRATUM 15,001 `ASPHALT \BASE MATERIAL (7.00"f, - 5 SH S-1was SH 5.2 I P= 4.0 IP= 4.5+ 24 21 50 15 35 86 r SANDY FAT CLAY, gray, moist. very stiff. Presence of lime not indicated using phenolphthalein, a lime indicating solution. as above, brown. (CH) Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE P -POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL Boring operations were performed by RETL at GPS Goord. N 27° 45.404' W 87' 25.969'. Boring Location: Greenwood Dr.; 40' sof Sherman St.; 7' from edge of pavement; North bound lane �4 r FCLIENT: � r Rock Engineering & Testing Lab., Inc. �# iH 6817 Leopard Street 1, Corpus Christi, Texas 78409 °e, Telephone: (361) 883-4555 A -TQ Fax: (361) 883-4711 City of Corpus Christi (#E12092) PROJECT: Prop. Greenwood Drive Project LOCATION: Greenwood Dr.; Corpus Christi, TX NUMBER: G112260 DATE(S) DRILLED: 01/04113 - 01/04/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hotow Stem Anger ISOIL SYMBQL SAMPLE NUMBER SAMPLES N: BLOWSIFT P: TONS/SQ FT T: TONSISQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS a LIQUID LIMIT PLASTIC LIMIT ?'�;j 25 gr� 6 z C7 w w 0 . r, Z i GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A o LL PL PI ❑ o_ m Y 2 DESCRIPTION OF STRATUM [4.75"1 t. 'o• ,ASPHALT ,BASE MATERIAL f8.00"') -.;r •..+ A_ •• N= 14 22 38 34 4 10 r LIME_STABILIZED SUBGRAIM, dark gray, moist, stiff. (SC -SM) Presence of lime was indicated using phenolphthalein, a lime indicating solution. r0 tr �_ , 0- �1 (4- 4. :: - - - 10 - _ - 15 20 - - 25 SHFATT S-2 SH S-3 SH SH S-5 SSSame S-6 SN S-7 SH 5-8 I P= 4.5+ I P= 3,5 I P= 4.5+ IP=• 0 N= 6 P= 4.5+ P= 4,5+ 22 21 20 25 23 25 21 60 53 20 20 40 33 98 106 1.2 2.6 96 g0 96 CLAY, brown, moist, very stiff. (CH) Same as above. Same as above. FAT CL ay brown, moist, stiff. (CH) as above, firm. Same as above, very stiff. FAT CLAY, brown, moist, very stiff, slickensided. Boring was terminated at a depth of 25 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27' 45.496' W 97° 25.919'. Boring Location: Greenwood Dr.:100' S of Horne Rd.: 5' from edge of pavement; South bound lane Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 683-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS Major Divisions UNIFIED SOIL CLASSIFICATION SYSTEM Symbol COARSE GRAINED SOILS GRAVEL AND GRAVELLY SOILS SAND AND SANDY SOILS Letter Hatching GW GP GM GC SW SP SM Sc Color w ce 0 J w } w 0 NAME TERMS CHARACTERIZING SOIL STRUCTURE ' Well - graded gravels or gravel - sand mixtures. little or no fines Poorly -graded gravels or gravel - sand mixtures, little ar no fines Silty gravels, gravel - sand - silt mixtures Clayey gravels, gravel - sand - clay mixtures Well - graded sands or gravelly sands, little or no fines Poorly - graded sands or gravelly sands, little or no fines Silty sands, sand -silt mixtures Clayey sands, sand - clay mixtures FINE GRAINED SOILS SILTS AND CLAYS LL < 50 ML CL SILTS AND CLAYS LL>50 OL MH w w w cc Inorganic silts and very fine sands, rack flour, silty or clayey fine sands or clayey silts with SLICKENSIDED - having inclined planes Of weakness that are slick and glossy in appearance FISSURED - containing shrinkage cracks, frequently lilted with fine sand ar silt; usually more or less vertical LAMINATED (VARVED)-composed of thin layers of varying color and texture, usually grading from sand or silt at the bottom to clay at the top. CRUV•$LY -- cohesive sails which break into small blocks or crumbs on drying CALCAREOUS - confining appreciable quantities of ralc:um carbonate, generally nodular. WELL. GRADED - having wide range in Drain sizes and substantial amounts of all ;ntermediate particle sizes. POORLY GRADED - predominantly of one grain size (uniformly graded) or having a range of sizes with some intermediate size miss ng (gap or skip graded) SYMBOLS FOR TEST DATA Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silly clays, lean clays Organic silts and organic silt -clays of low plasticity CH OH w co Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silts HIGHLY ORGANIC SOILS P. cti 0 Peat and other highly organic soils M/C = 15 -Natural moisture content in percent. r = 95 - Dry unit weight in lbs/cu ft. Qu = 1.23 - Unconfined compression strength in tons/ sq Ft. 51 -- 21 - 30 - Liquid limit, Plastic limit, and Plasticity index. 30% FINER - Percent finer than No. 200 mesh slave 30 B/F - Blows per foot. standard penetration test. Y - Ground water fable. TERMS DESCRIBING CONSISTENCY OF SOIL r2! COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO, BLOWS! FT, STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST Very loose 0 -4 Very Soft Loose d — 10 Soft Firm (medium) 10 - 30 Plastic (med. Stiff) Dense 30 - 50 Stiff Very Dense over 50 Very Stiff Hard Field classification for "Consistency" is determined with a 0.25" diameter penetrometer. <2 2-4 4-$ 8-15 15-30 over 30 UNCONFINED COMPRESSION TONS PER 5Q. FT. < 0.25 0.25 -- 0.50 0.50-1,00 1.0 - 2.00 2.00 -- 4.00 over 4,00 Appendix Work Plan for Final Installation of 60" Dia. Storm water Drain Pipe Through Closed Landfill, U1486 DEVELOPMENT/ LLC ENGINEERING DIVISION July 11, 2016 Municipal Solid Waste Section, MC 124 P. O. Box 13087 Austin, Texas 78711 Govind Development, LLC Engineering Division 9510 Leopard 5t Corpus Christi, TX 78410 Attn: Dwight Russell RE: Work Plan for Final Installation of 60" Dia. Storm Water Drain Pipe Through Closed Landfill, U1486. Dear Sir: With this letter we are requesting for authorization from TCEQ for the use of land over area of closed MSW landfill U1486 which has been referred as Villarreal pit per TCEQ records. Attached is the work plan which was developed by us for the final installation of 60" Storm Water Drain and includes findings of the initial subsurface investigation performed in this area. All precautions will be taken to minimize environmental damage to the receiving waters of US by containing any liquid which may be present (during rain event) within the pipe installation trench and pumping it out by vacuum truck to be disposed. The Coastal Bend Council of Government (CBCOG) records indicate it to an old borrow pit which was opened circa 1940 and closed around 1965 and was filled to ground level with household, commercial and construction solid waste. The location of this site, as shown on attached exhibits (Exhibits 1, 2 & 5) is between an existing concrete lined ditch (Columbia ditch/Airport ditch) and Greenwood Drive in Corpus Christi. The landfill site is being used as park and soccer field and the legal description of that parcel is PAISLEY HOFFMAN 22.23 ACS OUT OF LT 8 SEC E and the address is 4305 Greenwood Drive, Corpus Christi, Texas 78416. This Formal request being sent to your office by Govind Development, LLC and has all pertinent information listed in § 330.960. Please feel free to call me if you will need additional information. My phone number is (361) 241 2777. Sincerely, Roberto Salinas, P.E. Project Engineer Govind Development, LLC — Engineering Division CC: TCEQ Region 14 Office Eng. Services, City of Corpus Christi CONFIDENTIALITY NOTICE.. This document k the property of Govind Development, LLC and contains information that is highly confidential, proprietary and Attorney/Client Privileged, and which Govind Development considers trade secrets and has diligently protected as such. Itis intended only for the specific purpose for which it was prepared and for disc Iosure only to the persons or entity to whom itis addressed. It may not he disclosed to other parties without the express written consent of Govind Development, LLC- The unauthorised disclosure of any information contained in the Proposal will cause Govind Development great and irreparable harm GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) Villarreal Pit (Closed) MSW Landfill Corpus Christi, Texas Work Plan for Final Installation of 60" Diameter Storm Water Drain Pipe Through Closed Landfill PREPARED FOR: Texas Commission on Environmental Quality Municipal Solid Waste Section (MC124) P. O. Box 13087 Austin, Texas 78711 Prepared By Govind Development, LLC 9510 Leopard Sheet Corpus Christi, Texas 78410 On Behalf of City of Corpus Christi Engineering Services P. O. Box 9277 Corpus Christi, Texas 78401 July 11, 2016 Villarreal Pit Closed MSW Landfill Corpus Christi, Texas Prepared for City of Corpus Christi Texas "I, Bhaskar Patel, P.E. # 63585, certify that the proposed development is necessary to reduce a potential threat to public health or the environment, or that the proposed development will not increase or create a potential threat to public health or the environment. Further, 1 certify that the proposed development will damage the integrity or function of any component of the Closed Municipal Solid Waste Landfill Unit., including, but not limited to, the final cover, containment systems, monitoring system, or liners. This certification includes all documentation of all studies and data on which 1 relied in making these determinations." Bhaskar Patel, Senior Project July 2016 P.E. Engineer OF 'Z *so *� *�� i BHASKAR H. PATEL J f 9 63585 ' • • •• ,%.9, • /6+NACi Govind Development, LLC 9510 Leopard Street Corpus Christi, Texas 78410 TBPE Firm No. F-10101 TABLE OF CONTENTS 1.0 Introduction 4 1.1 Project Description 4 1.2 Contract Information 4 1.2.1 Owner 4 1.2.2 Engineer 4 1.2.3 Regulatory Agency 5 1.3 Existing Site 5 1.3.1 Topography 5 1.3.2 Adjacent Areas 6 1.3.2 Site Soil Information 6 2.0 PROJECT DESCRIPTION (STORM WATER LINE INSTALLATION) 6 2.1 Scope of Work 6 2.2 Work Plan — Installation of Storm Water Pipe Through Close Landfill 7 3.0 INITIAL WORK PLAN FOR EXPLORATORY INVESTIGATION 8 3.1 Initial Site Investigation 8 3.1.1 Work Performed 8 4.0 STORM WATER POLLUTION PREVENTION PLAN 10 LIST OF EXHIBITS EXHIBIT NO. 1 EXHIBIT NO. 2 EXHIBIT NO. 3 EXHIBIT NO. 4 EXHIBIT NO. 5 EXHIBIT NO. 6 EXHIBIT NO. 7 EXHIBIT NO. 8 3 1.0 INTRODUCTION 1.1 Project Description The City of Corpus Christi (The City) is planning to install a new 60" diameter storm water outfall line, approximately 1,200 linear feet of High Performance Polypropylene (HPP) pipe from Greenwood Dr. to the existing Airport Ditch. Roughly 725 linear feet of this outfall pipe will be installed through an existing closed MSW landfill which is referred to as Villarreal Pit, according to the Coastal Bend Council of Government (CBCOG) records. An exploratory subsurface environmental assessment was performed recently under the authorization of Texas Commission on Environmental Quality (TCEQ) to determine the characteristics of the cover soil and the condition of the buried waste in preparation and planning for the installation of 60" diameter outfall line. The findings of the preliminary exploratory excavation are included as part of this work plan which is developed in relation to the proposed drainage improvements. This work plan for installation of the drain line through the closed MSW landfill is prepared in compliance with Title 30 Texas Administrative Code Chapter 290, Section §290.960 and the City is requesting authorization from TCEQ for installation of the drain line. 1.2 Contact Information: 1.1.1 Owner Chris Hale, P.E. Project Manager City of Corpus Christi Engineering Services P. O. Box 9277 Corpus Christi, TX 78410 (361) 826-3807 ChrisH3@cctexas.com 1.1.2 Engineer Bhaskar Patel, P. E. Senior Project Engineer Govind Development, LLC 9510 Leopard Street Corpus Christi, TX 78410 4 Roberto Salinas, P.E. Project Engineer Govind Development, LLC 9510 Leopard Street Corpus Christi, TX 78410 (361)241-2777 (361)241-2777 bpatel(agovinddevelapment.com rsal inas[a7govinddevelopment.com 1.1.3 Regulatory Agency Chance Goodin Manager Municipal Solid Waste Permit Section Waste Permit Division Texas Commission of Environmental Quality P. 0. Box 13087 Austin, Texas 78711-3087 Dwight C. Russell, P.E. Senior Engineer (512)239-5282 Dwight.russell@tceq.gov 1.3 Existing Site Conditions The closed MSW landfill (no permit) site which is owned by the City of Corpus Christi is located approximately 0.75 miles North of the intersection of Highway 358 and Highway 286 as shown in Exhibit No. 1. The original landfill facility is approximately 49 acres. The landfill site along with the surrounding parcel is currently used as a park, playground and soccer field. The facility was operated between circa 1940 and 1965 according to the Coastal Bend Council of Government (CBCOG) records. CBCOG records also show that the landfill site was a borrow pit which was then used for filling household, commercial and construction solid waste. No documents or records are available showing if this landfill was closed according to the State or Federal Government guidelines. There are no gas monitoring wells at the site and no records were found to determine if any periodic monitoring for presence of methane gas along the surface of this closed landfill site were even conducted. 1.3.1 Topography The landfill site lies to the north of Hwy 358 between Greenwood Drive and Airport Ditch. The existing ground surface elevations vary from approximately El. 39.99 ft. at the highest point along the path of new 60" diameter pipeline to 37.60 ft. at the base of the mound. 5 1.3.2 Adjacent Areas The landfill site is bordered to the East by Boat 'N Net (fast food carryout stall), Student Support Center owned by the Corpus Christi Independent School District, public swimming pool owned by City of Corpus Christi, Parks and Recreation Dept. and Texas Family & Protective Services Center. To the North is LULAC Apartment Complex. On West is the Airport Ditch beyond which is residential area. The Airport Ditch is one the City's major drainage ditches and carries storm water from large part of City's west side properties. On South of the landfill site are baseball fields. (Exhibit 2) 1.3.3 Site Soil Information The native soil types at, and around the landfill are classified as Victoria Clay according to the United States Department of Agriculture and the Natural Resources Conservation Service (NRCS). Victoria Clay has a Unified Classification of CH and an AASHTO Classification of A-7-6, see Exhibit No. 7 for more information. In general the soils detected during the trench excavations varied from clayey soil for the cap to granular sandy loam soil up to a depth of approximately 10 feet. The trench logs are attached as Exhibit No. 6. 2.0 PROJECT DESCRIPTION (STORM WATER LINE INSTALLATION) 2.1 Scope of Work The City of Corpus Christi is in the process of reconstructing Greenwood Drive roadway section between Gollihar Road and Horne Road in Corpus Christi (Exhibit No. 1). An engineering contract was awarded to Govind Development, LLC to complete pavement design, drainage and utility improvements for this section of the road. As part of this project, all underground storm drains along this section of the road are being replaced. Hydraulic analysis of the drainage basin showed that an additional outfall is needed to alleviate flooding problems in the surrounding area. The City has proposed to install a new 60" storm water drain, approximately 1,200 linear feet of HPP pipe from Greenwood Dr. to the existing Airport Ditch. Roughly 725 linear feet of this drain pipe will be installed through an existing closed MSW landfill. See Exhibits 2 and 3. The City has completed subsurface exploratory investigation in the area of the closed MSW. Information regarding the type of fill material which was placed in the closed MSW was collected and logged. All together ten trenches were dug, to a depth of at least 12 feet and in the areas where the waste was buried to a depth of 15 feet. Solid waste was encountered ata depth of around 10 to 12 feet above which was clean dirt. Most of the excavated dirt was returned to the trench 6 as backfill and compacted in lifts. Wherever, waste material was encountered, it was removed and transported to Cefe Valenzuela MSW Landfill (TCEQ Permit 2269). 2.2 Work Plan — Installation of Storm Water pipe through Closed Landfill The installation of 60" diameter HPP pipe will be completed in following sequence: • The Contractor will be required to install silt fence, approximately 30' beyond the work area from the Greenwood Drive to the Airport Ditch. • As the new storm water line will be installed in the middle of a public park and playground, a chainlink fence will be erected to keep the public out of work area. • Starting at the manhole near Greenwood Drive, the Contractor will begin installing the HPP pipe, using shoring boxes. The excavated material will be stockpiled next to the excavation. After placing the specified bedding material the 20' joints will be assembled and installed per Plans and Specifications prepared by Govind Development (GDL). Once the first waste is encountered, the solid waste material will be removed to a depth of around 2.5 feet below the flowline of the pipe. Flowable fill material will be brought in and the slurry will be poured to a depth of 2' before placing the pipe in place. The flowable fill material, once solidifies will become a barrier between the solid waste layer and the drain line. Where ever the waste material is present at a depth of ten feet or less, the pipe will be partially or completely encapsuled by pouring the flowable fill slurry at least two feet above the waste material and at least 3' on both sides of the pipe. The excavated dirt will be used for backfill and if necessary additional clean dirt will be brought in. The backfill will be placed in approximately 1 foot lifts and will be compacted to within 6 inches of the surface. Last 2 -feet of fill material will be clean clayey soil with hydraulic conductivity no greater than 1X10 -6 cm/sec and it will be mounded to promote drainage. Topsoil will be used for the final 6 -inches. • All waste material removed from the closed MSW landfill will be taken to the City owned licensed landfill. All liquid removed from the landfill will be removed by vacuum truck and taken to the Greenwood Wastewater Treatment Plant (TCEQ Permit # 10401-003) which is owned by the City of Corpus Christi and the wastewater will be discharged to the concrete lined sludge drying beds. • Real-time monitoring for methane will be conducted during excavation of the trench and installation of pipe. • Disturbed areas will be reseeded and mulched. 7 3.0 INITIAL WORK PLAN FOR EXPLORATORY INVESTIGATION 3.1 Initial Site Investigation Govind Development, LLC conducted an initial investigation of the existing MSW Landfill (no permit) along the corridor in which the proposed 60" HPP Pipe will be installed to serve as a Storm Water Outfall under TCEQ Tracking Number 20470051. The primary objectives of the initial investigation were to determine the actual depth of the landfill and the characteristics of the waste found within. This information was obtained by excavating trenches along the corridor of the proposed 60" HPP PIPE Storm Water Outfall (Exhibit 3). These trenches were 2 ft wide, 10 ft long, and varied in depth from 12 to 15 feet (See Exhibit 8 for more information). 3.1.1 Worked Performed The work performed as part of the initial investigation was as follows: Figure 1: Typical Excavation of Trenches • The contractor erected a temporary construction fence securing the general area in which the work was performed. • Trenches were excavated to 12 to 15 feet depth as shown on Exhibit 8. • Real-time monitoring for methane, hydrogen sulfide, carbon monoxide, carbon dioxide and oxygen were recorded for each individual excavation. Monitoring of gases was conducted using GEM Model 2000 plus Analyzer manufactured by Landtec. 8 • Govind Development, LLC documented each excavation visually with written reports and photographs. • Excavated material that did not contain waste was stockpiled for use as backfill for the excavation. • Whenever waste was encountered, it was removed along with any impacted soil and loaded onto a dump truck and transported to Cefe Valenzuela MSW Landfill owned and operated by the City of Corpus Christi. • Clean soil was brought in for backfill when needed. All backfill was placed in approximately 1 foot lifts and was compacted to within 6 inches of the surface forming a mound to promote drainage. Top soil was used for the final 6 inches. Figure 2: Excavation of Trench No. 2 at depth of 7 ft The figures shown above are photographs taken during the field investigation of the excavated trenches. Figure 1 shows the construction methods used to excavate the trenches. The different soil layers are visible in Figure 2. Figure 3 is a photograph taken of the solid waste excavated from Trench No. 2. This solid waste was transported to Cefe Valenzuela Landfill located at the intersection of FM 2444 and CR 20 in Nueces County. The initial work plan for excavation of the trenches took 3 days to complete and was contracted to Abel's Paving of Corpus Christi, Texas. Govind Development, LLC performed all visual inspections, measurement of trenches and documentation of the excavated material. Govind also conducted the air quality monitoring at every excavation. Figure 3: Solid Waste excavated from Trench No. 2 4.0 Storm Water Pollution Prevention Plan (SWPPP) A written SWPPP will be prepared and will be followed during construction phase (See Exhibit No. 6). The area of construction will have silt fence installed around the perimeter. In case of rain event, any liquid collected in the pit will be vacuumed and hauled off to the City owned Wastewater Treatment Plant (TPDES Permit #10401-003) and discharged onto the concrete lined drying beds which are being used for waste removed from sanitary sewer lines when they are cleaned.' 10 EXHIBITS ram, eau ea. SAN PATRICIO COUNTY CALL BEFORE YOU DIG! BEFORE YOB OIG cnm wm..ra balm 811i aibro,.rou m, $ '. �_ - '� NUECES BAY THE £ONE STAR ND9IF1GRDH COMPANY AT 1- 500-669-8344 I th 434p x J ��� ' P ss d & '�IIIIIIIIII►`lytT xw �� ! •Att''R PROJECT SITE EErt ER RNE ,.°f � CORPUS CHRISTI BAY �► 4� C State Sdnal gr r -V Templer ;fI q ��".� 3 LIIIIIIF� iilkq' -.. •., Alb& - "1".:- -.411111: END -• .. .�p�� F RO IE"T {rr:-. rk riguna ark CLOSED NIS'N LANDFILL SITE 44 R S w I I GREENWOOD 0RIVE� STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) TITLE SHEET AN❑ VICINITY MAP PROJECTi SITE SSSS I � Z.,.. iL *LF'F LOCATION MAP _ BEGIN Park Pup. ECT _. _ err... � _. ... _ ] /7. r'• �^?' ■ ;* '4,-� PREPARED FOR: °( CITY OF CORPUS CHRISTI / ENGINEERING SERVICES GREENWOOD DRIVE VICINITY MAP STORM WATER IMPROVEMENTS N.T.S. (HECTOR GARCIA PARK) PROJECT NUMBER: E16316 •°`�"`°'""". PREPARED BY. ...., ..a,.... o,. EXHIBIT NO. 1 F .1_1 I"' na a.nl. hl cerax:rrnaa,c -yMJJJ�J� .- ,.q,�t St -:;: �� ■■ as as ■. as as 111 Ga, a,��l �s E mw,aE,irm as as as as as as as as aa.aa aa.aa- -` wx.es as aa:--`aa.�__11„, -- as as.-- as as aaaaA- as as aa Om ...... - , - 4411 , —JJ .mm mm Nom MEI a- MMIli, a 1 1 a- —a as as —a —a as a �•«� • 111111111 41111 ..... as as -- as mm a as as -- -- as mm -a —a -aa— -- -- mm a— E. -- a— mm -' a a a m ■ VIII 111, a !aa ri as as amm mma as s as — - - a�, .0 1111✓ `;1 ia II as ,.aa� a a--- a- -- a—mm - _ e a ��—,� —_ �� MS m mm _� _ pm a —� -^— --- -- _ _: 1 111 - as as aa _ a a a -- —= — as =- — = ® _� -� =- — E. -- Em — 6),_ as a - _=f►� �I ■i 1111111111\ r• ■ -• aip 111 r % ;1111 11111I� I1I IIIaii 1TITi II I I III 1111111 1 . •J re CITY of CORPl1 TEX4S Deportment of Engfie `= Et f1 11111111111 _ = : 1 I I III 1_; I I I I 1111 1111/11/ _ '_a --• - J�, 1111111111 -■ - -- - -_ - -_ .a -- -- ■ -111 1 ! . int. 1/111/111 111. CE "� PI 1 - — — �. - a— 11111111111111 - -- -- -_� -_- a -- as mm` --'- ager q - NIIIII - — --' -- a-' 11/111/1 1 1 a as — -- a- �! - --- _•- - '--m a as as as as as 8 ■111111 = = == . __ =- -- - - - E -==e =• == '�' == === ==-=__ •IIIIII _____- 1111111111111111111 11111111f 1111111 111 -. .- - a 111111111111111 1 11 . ■ as as a— :: �= =� - + -- :� �_�_ .p _ 11111111111111 111 . ��i1111 �_ __ �� �� �._ EE - � -::- .p -- 1111111111 /111111111 , 1111111111111 1111111111111 1111 11111 ME -p Se pp ME pp 2- pp on � -1 ��� lIl 111111111111111111 - ----^----- as as --. a— .rreis ---aatlaa+aa:a ■ 1111111110 11111111 c=- -------- 6 111111111 1111111 11111111111 =_ _0 0_ 0_ 0 - 'II 111111 11111111111--�aaaaaa=_ min - o J� CIIIIIII' 11 ITT IIII�IIIIIIIIIII = 1111111■ �� —— 11 r(1', EXHIBIT NO. 2 r .--1-7-77-7---ii - PROJECT LOMB 400 300 0 600 I m inno GRAPHIC SCALE: r=400' teY lwl R'f l E+.+s ca�u1rrs si.Er va. 18 �. WISINEST. 1123=1:53Eli a, =,a . ro rnE pyo a\ ..: IM LF P11¢GwH RSOM M® �5 EPF:MV Sl. Mr �- R tai: N.Y9. 6a' WY PYE vo — — — Puwwx4. nw r,.at N. wE �� lih" illi 1 11P I I! • °� w H..arwrr url 1 au'"0�a F �j.-rnwwwc�ws, �� xn�.ne l" :,a m a� ., �w`roN tsse � iP�tai, illIk SNI Dar :... , M. 'A IS FOR NS ..11 �.eNEREN M. INN I .I11 na NH NN sE. ETZ n a OP EP Fri FEIre aw Et�t�W I4t��a, wNEST p PaPr P al -o0 am E c mi. .M1 PO t-- PPE C PPM WIER PRP PPE C PRIIN HOER UN 1N1 ■, w �� 1 ■Ye = Ew1H OF ranuc� w nurHLan SP HP PPE 1 ON drt.xai P11 NPP PPE —� Ka t.ss efi:YLw� PINE TO IN. 1111E . 1 — 11.E/itl M a — 4444 e M c $ — dot I I GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORM WATER OUTFALL PLAN AND PROFILE 11 1 1;1 MIN .i. �— .u, ::. x4.4 war c4Pw4 nor Pc. — 1 == -:::::-z-:::: — — ---::: �:::::�::::-; � :� —�..•�— �. a"I: � PIE -:::: — "e' 41 . LE -- — — r •0•fl�siMei - .... GL a AE.0 Pit i a • d 1.m t, . O&M NM. ,..m ,gym ,. m ULAN ,a.m 1.110 .40 =, m Mb . a EXHIBIT NO. 3 0�-- 50' 100' WY Pih 2f1 E18316 I SCVE4^ M.7.7 110. .mem vu Moo.) ® r� Sid v «nx caompars a." --r 19 p 1/11 fir. i �. 4 I h ��� a RIR 11MC 4 - ____ WEEP uOLE DET AI L if J T IPA an x.L.,. e•M r„ Qurn .11C.PLAN �rl1iFALL STRUCTURE 19 In L T NI aLIOLF030:0,4 rr eo yr fr' EXPANSION JOINT DETAIL GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) UJTFALL STRUCTURE AND TRENCH DETAILS + a ria r I �ae�.ww snc -Er e -e- m mi r .:.:..:.._:m.....a...._...::.::.._. ._..::.::.___-_-..._...._. dia e xir TO MEET 'cciin? w�im in'•xruc OE wuarr Q SECTION . . r " } TRENCH DETAIL EXHIBIT NO. 4 -15LIS arwrF. tLiI Wr FFhCCf l nests NUECES COUNTY CLOSED LANDFILL INVENTORY AG UA RDBSTDWN ■ 616 DU LCE • O 15D0"r 9-2- j84 , U1487 1474 k �,\` U2803r II 1 U516 PETRDNILA i S DRISCOLL • 20T002 • ii, nU2501 FU50 VU10 . 4-. i,_y -_V147 OU149811/ U 351 a, ,_ --1 0T003 0T004 0T007 1475 1473 LEGEND ■ CITY O CLOSED LANDFILL EXHIBIT NO. 5 0 10 Miles 1 1 1 1 1 i 1 i I 1 Ca ULaWts 9.7. 29 *: -ti t ?+► 1.1 �r.0 mA-�,�.y asr as,a� ay�y �p�6i�� oP :-1:.O - oa orc:aa- • •d •@ +inm n� W :•• i iEThG EEO.._ — 4�0 .. •• c s.nn� v ao �x NM 1 .i19an J 517PAGE 7,1145. HO. GAON �� AM/ K i.nmmi� I sai+�i er.mr, _,na ca LFLEIZ I 1 c.'TZ" r. ...,.....E.=.77'rvj CITY of Department EXHIBIT NO. 5 SHT 1 OF 4 oYfl 4 cr s n smms SITE O ESCRIPTI ON EROSION AND SEDIMENT CONTROLS Ca3511 A+Rs s1EEE MA. 30 +� $y` ;.T. 6.11 k : • PRLLIECI LOESS. .m.0130 OHNE SMAYNATER IBPRENENExTs [IEGmR.RCIA PARK] SOIL STABIUZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLS: TENPIN..? xPW+1TTExanrE� ALL +u9 DEMENT Cp+IRttS AIL BE uy5[ANER 51 GIOD w�MU1 NLCLssANr If 011 01 0111E AT IHE 141.4_81�DACE PSB-E�Bur o0G,. 51 SEER. eu[W. 1121 NS ED 6501107 15150001[[4 9041410(1 STRu001 5 A11 610140 041ER HPPP u0E 0 rE01 [ 1 1.463 01 1A[T. INE 1150 ADJACENT STOW TO T WATER `' `N HAIE MINT, fPRUNEDPRUNEDer INVICES PIE[ STOW[F T PRE ERVID ES 611050.0 REMALES wLLl'a HoEH 0AN HY TE PECTION MILL PER0 EVE. 14 DAIS AS INSPECTION.CE ®.a1 cB 0 g 1...4 _ J a CH, ■ a WELL 101eEVENE HALF D AT 011 O OM or A 011 Nx�SCNED R u u 015 0[E EZNO Rep.. PROJECT EP •:IkE16 TO STRUCTURAL PRACTICES: ENUA3E EDT EA:A lu4'50j x do TIE II9•E Prin OEO.ALT4 TIE c01TIOLS A REPORT, 3H.LL BE 4E4SE0 A.COxnxc TO THE PAs 561.50 SOIL DI8116`1(0 ACT(VITIEI, 1x:51 Mol 10111111E PEENAwNG - SILT FREES s�xsruw0w0A•�N118n BNd1�-WAP 00 r n H 1FE,tf _ ROM S 113E55(11T.TEIIE•TOl, EN :1x100150 114E5 ISVOIST1H, T.TEOCE'1D1. 10 P63(ETE8 S0ALE5 N.. MATERIALS THE 01.051150 A50, TO STIE ALI WASTE 3OTERI4L SHALL 0111 ALL E RSD SvµE [O5n➢HAl]0+3 _ PIPE 51,015 MANS 80,,TRucik 6 0E3.3 LOCAL 011 0ll LE/9000153 ASENENT N 1HE uu150151 105 115 •:0.LL0111150 ALL LE EuPTp0 53 1HECESS55? OR AS 4E4LIRm 04 LOCAL RE1L3110.3 AAP II.10H ALL DE 00LLE0 TD 0 MIN HEIM. AT _ LOCAL LAx3FlLL Np N91650101111015TE IAIE5TAL ALL RE 011011:.41 q 0. LHA[EL LT0E:1c AT .uHSEw[Em1 ENT 111015[67 150.1 0 07101r BA1INS ES Rs 130HNIOUS WASTE 0 �:�E3 001.130711. NE wLIONV 'lu'MILL RTE 011LL C1.910.1.12 .32TINVI. 14 •:HALLFUE Tor. TEULL H NAT _ STOMA 5E4E15 111E(A1ELY: N SHE ERE.T THAT 11 0TAy0ATE) SOL IS 010)0.1010, 1TE 31500'x1.11 PALL 3EAs1REs PE TAKEN 00 .-.IN.-.IN..1.181 18141IUII; .181Es R A1 ALL HAN.AN1 I:ISuusAL 6F }IRCDJs wnsTE LSIEGAL ERTER, CDHTR[L 0[15 SANITARY WASTE. .._ SANITARY WASTE YALL HE COLLECTED FR. THE NORTABLE UNTS RS NECESS.Y CR . WORMED eY UM. PEwLanw� EN a u[ERSEa SANITARY WASTE 1Wkn1]VE -11111015[1 OF u�H1TTuuTIIw 151(550 WATER re+M1PEKNiO 6111,41(58 1111510501? 0O0Mw` TI. A.SOL 55015IE 0s .Nu AT 1001115[0x1 AND orcA33001 Lsu11011 0. 60)0511 AL HE. AW 1E11 00451 KITS AS SWT Al 11E1 135 F0511064, 1. on6s.ThooT 'RSPOSEO ACG86114111E [1111111 VEHICLE TRACI.. TOTAL PR¢5[i 4514 2.03 04055 SHE 510010,0110 16 0T111THE IT A.xs A.0 TEfaL AREA E[1 BE e]cnN>£B� x•506 ARES 6 PREPS. TOPOIL AIN 5 LY MASS BlilCx ]11¢415. iC AREAS SPECIFIED 14 THE FINAL RmBS w1PFEHEB FDR RAS :CM._iH iatPAJL]M HE GOVEREC vT 4. PREPARE TINKIL ND .PLIf SEEC011 FOR ON CENPALL EDGES. TMT pH 55A➢1(EUO0E1 511L• I I GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORM WATER POLLUTION PREVENTION PLAN NOTES N CONSTRLCTIEHTE 088 (AFTER 666.6 8615) S wPEonGT 04i�CONSTLICT. AAcnmlEs'.' .C. TEUPES CPAHT - STABILIIES CBH 1511 100 111E+1H..^.E ,1FTER EMS.. 01116.11311 OF 31111_ 6 VEGTAT[YE O1365'T.:1AL c01611, A63 5E-00E1 40EA• URTU5LED 31 1HE11 1EuovAL ETHER. LYL`` AND 5 of MS..MS..VEGETATIVE 03.60111155 U .[SER =1156SO60001)5 10688LTE S18:ti11.IE3 100 11...45. DISPOSAL AREAS, 570[10015 ANS HALL 3.DS .41 EE CDNSTSIOTED IN A THAT C.IRDL THE SE311.94T THAT V. ENTER RECENT. ]I1p014L REASA4H LOCATES 10 AN 03 A6LEu. 010 3001.1E 0351ENAI1EEAVE., 0151100(506 3166168ADE.,� SttE. 0441.11 L£ wx1'116TE3 DT 111 001600100 N A 0511100 AHIOH 11E6 61E0 THE 51568F uF ALL POLL•rAol3. ALL wATETxAY3 SHALL RE CLEARED AS SCH. AS 1110112AL F IENR1ARY Eu3ANkNENT5, ...API 3160 .5 xernuc. PALS=x114 PIA. MATE .33 rmox NNE CF 4ECOVB 11 WATERS r 05B-22H-110o L 3Lkt1 ..T TaCT.a1 012t:c41 LT5 THAT A. NOT FA .T OF THE Si TER 1110.E5 KEN. ELME. 10,.105 3111 STOW S.518 AM RICH T.P33ARY CRAPASE STRACEU36 THAT NAY HE NEMIRET TO BE ICED BY THETCH LPITI_ THEEH MITE SReu3 HATES SAANAGE PEEPERS, Iv+ NAC IEE. ueEL SHE, .11I7E NE ST13614 NEATER W .YITc 0104005 Por F n1r sToTO 3.13 ANT TTI HATER 0x1401P FT. TMALL. SHE ...P.TE E.ANATED 04R cry PILE EVEP0 TC CRAPE 10TO FML rCONTACTOR ERIL�PE55T RE9u110•E1rts iRELUI:T1 AHNORT DITCH. THE 1141113.105 15 10 316161 AACEND THE .RIC AREA AMA CLEAN OPT SO THAT . N CAR OF ?NIL PO-EXTOL, NINTAYINATES WATER DOM LOT LEA1E TE 100500 RELATING ED 1100144010 FRET CTION S. THESE .TIVITIES CE. ELET ARE NIT LOVED T13 LBF WORK FIT NA1E1 FR. THE FIT .AI.1 HE 111.4ED HY 0.20.1001 TRUCK ND SHALL 3E TAME TO .11641:00. W45EWATER TREATIEM PLANT FPA DISPOSAL 100110E INTENT 01411.E6E1:ms5 111E 1051INLSL^X0 1001[.1 OF TOm(011115 114110. 41 ACTIVE.. NEILL IE .2FORPEll AT OE HIL[5[STNES 3LarE[ BY THE TLE:. NATE XES. w cE TEE 6 EEX1 WILL BE M(FEN EXHIBIT NO. 5 SHT 2 OF 4 555 aAtL2r 5E18316 I Stormwoter Pdluticn Prevention — Clean Water Act Section 402 III. Cultural Resources N.Haxardaus Materials or Contamination Issues ca,Ja. , sem, va. 3' „n�� x.a,»R.. r xcmr. cease rm r e m 0 I . ❑,crk....a.=.� 6 IV. Vegetation Resources MEI rai MO u e P.. 014,50*b.. art. 1,1m1 .. . r .. ..maa a, n^nn .w mrr=w r».. Mt .®... a, ❑kms.. opt... .. rr 5.ern. rr. i.am.,rra.m .W��, om w,w. x. ....w, m:�-..> p„ra ...,Nw a .r.1.1. , .1.1 k . nmE, a OW Irspn*rs •• ,•" .. d.. .::..:,r.'7't rimwa. ari•n'"Im....l4' a.r.. a a Work in or near Streams, Woterbodiss and Wetlands Clean Plater Act Sections 401 Fr 404 ,•a Camila. to ^rw<lcr= Cw...r.... at 4... Al, :m P.riii.n« , au a. r•nttwm i.:+.^r.<r wry ro r, P..sesIa=us« ler d 4.:P o,*� !�. ;t.1Mai . rt ,.. R. a4.° C.,. %45. . . ,°.a... W......� . _.. ka�IA mcg. Y. pa m.aretw i^ ti. .. •I.. o.,L+. Oyu aard..v M.aeMy. ThrC,meaew ria and ar all t. rrn�_.s.mri re rxs.rt.rt .e.M`.s rc.r14” .ni, .tressed map. umrt:Red • sr.:. tc ° _. ..�„��F,m. a"""'°"'^" o .. R.,. ❑ /1.4••• ftb = NI. Other Environmental Issues ••.' re 4. k " . iti�1� ta R -)3 a ...., .. .. ,L Federal Listed, and Proposed Threatened and Endangered Species, CrItical Habitat. State Lleted Species. Candidate Spades and Migratory Birds. ,h..,.m,.ro. Ha,. ed..te .. ^, a. ,....9 .t° .u.1104, 9,1441•,e° ,n..k ti,,,..P yr....,. o.. P^..:.1.._ r. ❑...nE,._Po,+,..,r,r.au.ode M. ; a-14, t.cr ,tPra porn. .:,, ila P. a GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORK, WATEY ENVINJNt1ENTAL PERMITS ISSUED• AND COAMENTS (EPIC) o .4 4 ,, . ❑ .. ,.„m ....ix. e ' 9,19,.....0 « . _...m V.I. k...', ... 49 .E.....1,..a,.w.,w._.. rot .....d. rK. ...Lam .. ..,. ae�.e= ... t., mea. e.,...,. r*dm. mese.,.** .e.m.�r .,.,s p .e Mal .w,. El .o.,. ask. ` .wet ...rep,. Pr.<>re., ❑ ,.,p.., ..,a,0 El r,... El..,.,,. 4 .8a ❑., ❑,r. .r a. Elc.a.. r.,.:.,...Ow. pew ❑ ..,..w.. Elco-:r.d=,,...a El...k.,- r.. ❑:ti.... ra. El,.:... ❑,..roar ... ❑ .....m OE., =m«. ,,.,.tet ............ El.,� ..r.i,,...- ❑ ❑.,,a.:..cm sr.n< El....,.....b.�,„ p.:m>..^..�b El44,.-e.......rte, 0 a,..., n.*t .t .4 W. ❑ an... ..t 1=1,.... r,.d yw.. ❑..m Own Bnlm, .,-4. Else, neer er.... a.^. EXHIBIT NO. 5 SHT 3 OF 4 ear avaa:r r e, 8316 CNSULDW 5 suan 4. 32 �r11� ELTlose � I LET .. MEM rE SS • I ui r' tt r .I TEMPORARY FILTER CURB INLET -PLAN MANHOLE -PLAN fHLET PROTECTION DETAIL r-� c ..c � 1 � 11 R ......_ .......� TEMPORARY SEDIMENT CONTROL FENCEOETAIL 0 au+.EB., a+w .re call n6 a i.ee - ROCK FILTER DAM AT I r ����'..:�".. EARTHEN BOTTOM CHANNEL c n - GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STOotM Aa.TE.-OLLUTION PREVENTION DETAILS eT .e u ixr-ax — - 'N .oe LE- ,Ldl-,r Le,l — T �...ati_ CURS INLGTPROTECTION DETAIL SECTION A -A STA,M,SZED CONSTRUCTION INTRUYCE a.5.,:., . T �.� T . a.. .� ,� _�T_K..� _... �. EL TM ,.....e ,.�r,..r.�. TM. � � ... EXHIBIT HO.. fi SHT 4 OF 4 eer a�xxr le, 83161 USDA United States Department of Agr culture ARCS Natural Resources Conservation Service A product of the National Cooperative Soil Survey, a joint effort of the United States Department of Agriculture and other Federal agencies, State agencies including the Agricultural Experiment Stations, and local participants Custom Soil Resource Report for Nueces County, Texas EXHIBIT NO. 7 PAGE 1 OF 23 May 31,2016 Preface Soil surveys contain information that affects land use planning in survey areas. They highlight soil limitations that affect various land uses and provide information about the properties of the soils in the survey areas. Soil surveys are designed for many different users, including farmers, ranchers, foresters, agronomists, urban planners, community officials, engineers, developers, builders, and home buyers. Also, conservationists, teachers, students, and specialists in recreation, waste disposal, and pollution control can use the surveys to help them understand, protect, or enhance the environment. Various land use regulations of Federal, State, and local governments may impose special restrictions on land use or land treatment. Soil surveys identify soil properties that are used in making various land use or land treatment decisions. The information is intended to help the land users identify and reduce the effects of soil limitations on various land uses. The landowner or user is responsible for identifying and complying with existing laws and regulations. Although soil survey information can be used for general farm, local, and wider area planning, onsite investigation is needed to supplement this information in some cases. Examples include soil quality assessments (http://www.nres.usda.gov/wps/portal/ nres/mainlsoils/health/) and certain conservation and engineering applications. For more detailed information, contact your local USDA Service Center (http:II offices.sc.egov.usda.gov/locator/app?agency=nres) or your NRCS State Soil Scientist (http://www.nres.usda.govlwpslportal/nresldetailtsoils/contactus/? cid=nres142p2_053951). Great differences in soil properties can occur within short distances. Some soils are seasonally wet or subject to flooding. Some are too unstable to be used as a foundation for buildings or roads. Clayey or wet soils are poorly suited to use as septic tank absorption fields. A high water table makes a soil poorly suited to basements or underground installations. The National Cooperative Soil Survey is ajoint effort of the United States Department of Agriculture and other Federal agencies, State agencies including the Agricultural Experiment Stations, and local agencies. The Natural Resources Conservation Service (NRCS) has leadership for the Federal part of the National Cooperative Soil Survey. Information about soils is updated periodically. Updated information is available through the NRCS Web Soil Survey, the site for official soil survey information. The U.S. Department of Agriculture (USDA) prohibits discrimination in all its programs and activities on the basis of race, color, national origin, age, disability, and where applicable, sex, marital status, familial status, parental status, religion, sexual orientation, genetic information, political beliefs, reprisal, or because all ora part of an individual's income is derived from any public assistance program. (Not all prohibited bases apply to all programs.) Persons with disabilities who require alternative means EXHIBIT NO. 7 PAGE 2 OF 23 2 for communication of program information (Braille, large print, audiotape, etc.) should contact USDA's TARGET Center at (202) 720-2600 (voice and TDD). To file a complaint of discrimination, write to USDA, Director, Office of Civil Rights, 1400 Independence Avenue, S.W., Washington, D.C. 20250-9410 or call (800) 795-3272 (voice) or (202) 720-6382 (TDD). USDA is an equal opportunity provider and employer. EXHIBIT NO. 7 PAGE 3 OF 23 3 Contents Preface 2 How Soil Surveys Are Made 5 Soil Map 7 Soil Map 8 Legend 9 Map Unit Legend 10 Map Unit Descriptions 10 Nueces County, Texas 12 Ps—Pits 12 Ua—Urban land 12 VcA—Victoria clay 0 to 1 percent slopes 13 Soil Information for All Uses 15 Soil Reports 15 Soil Physical Properties 15 Engineering Properties 15 Engineering Properties 19 References 22 EXHIBIT NO. 7 PAGE 4 OF 23 4 How Soil Surveys Are Made Soil surveys are made to provide information about the soils and miscellaneous areas in a specific area. They include a description of the soils and miscellaneous areas and their location on the landscape and tables that show soil properties and limitations affecting various uses. Soil scientists observed the steepness, length, and shape of the slopes; the general pattern of drainage; the kinds of crops and native plants; and the kinds of bedrock. They observed and described many soil profiles. A soil profile is the sequence of natural layers, or horizons, in a soil. The profile extends from the surface down into the unconsolidated material in which the soil formed or from the surface down to bedrock. The unconsolidated material is devoid of roots and other living organisms and has not been changed by other biological activity. Currently, soils are mapped according to the boundaries of major land resource areas (MLRAs). MLRAs are geographically associated land resource units that share common characteristics related to physiography, geology, climate, water resources, soils, biological resources, and land uses (USDA, 2006). Soil survey areas typically consist of parts of one or more MLRA. The soils and miscellaneous areas in a survey area occur in an orderly pattern that is related to the geology, landforms, relief, climate, and natural vegetation of the area. Each kind of soil and miscellaneous area is associated with a particular kind of landform or with a segment of the landform. By observing the soils and miscellaneous areas in the survey area and relating their position to specific segments of the landform, a soil scientist develops a concept, or model, of how they were formed. Thus, during mapping, this model enables the soil scientist to predict with a considerable degree of accuracy the kind of soil or miscellaneous area at a specific location on the landscape. Commonly, individual soils on the landscape merge into one another as their characteristics gradually change. To construct an accurate soil map, however, soil scientists must determine the boundaries between the soils. They can observe only a limited number of soil profiles. Nevertheless, these observations, supplemented by an understanding of the soil -vegetation -landscape relationship, are sufficient to verify predictions of the kinds of soil in an area and to determine the boundaries. Soil scientists recorded the characteristics of the soil profiles that they studied. They noted soil color, texture, size and shape of soil aggregates, kind and amount of rock fragments, distribution of plant roots, reaction, and other features that enable them to identify soils. After describing the soils in the survey area and determining their properties, the soil scientists assigned the soils to taxonomic classes (units). Taxonomic classes are concepts. Each taxonomic class has a set of soil characteristics with precisely defined limits. The classes are used as a basis for comparison to classify soils systematically. Soil taxonomy, the system of taxonomic classification used in the United States, is based mainly on the kind and character of soil properties and the arrangement of horizons within the profile. After the soil scientists classified and named the soils in the survey area, they compared the EXHIBIT NO. 7 PAGE 5 OF 23 5 Custom Soil Resource Report individual soils with similar soils in the same taxonomic class in other areas so that they could confirm data and assemble additional data based on experience and research. The objective of soil mapping is not to delineate pure map unit components; the objective is to separate the landscape into landforms or landform segments that have similar use and management requirements. Each map unit is defined by a unique combination of soil components and/or miscellaneous areas in predictable proportions. Some components may be highly contrasting to the other components of the map unit. The presence of minor components in a map unit in no way diminishes the usefulness or accuracy of the data. The delineation of such landforms and landform segments on the map provides sufficient information for the development of resource plans. If intensive use of small areas is planned, onsite investigation is needed to define and locate the soils and miscellaneous areas. Soil scientists make many field observations in the process of producing a soil map. The frequency of observation is dependent upon several factors, including scale of mapping, intensity of mapping, design of map units, complexity of the landscape, and experience of the soil scientist. Observations are made to test and refine the soil - landscape model and predictions and to verify the classification of the soils at specific locations. Once the soil -landscape model is refined, a significantly smaller number of measurements of individual soil properties are made and recorded. These measurements may include field measurements, such as those for color, depth to bedrock, and texture, and laboratory measurements, such as those for content of sand, silt, clay, salt, and other components. Properties of each soil typically vary from one point to another across the landscape. Observations for map unit components are aggregated to develop ranges of characteristics for the components. The aggregated values are presented. Direct measurements do not exist for every property presented for every map unit component. Values for some properties are estimated from combinations of other properties. While a soil survey is in progress, samples of some of the soils in the area generally are collected for laboratory analyses and for engineering tests. Soil scientists interpret the data from these analyses and tests as well as the field -observed characteristics and the soil properties to determine the expected behavior of the soils under different uses. Interpretations for all of the soils are field tested through observation of the soils in different uses and under different levels of management. Some interpretations are modified to fit local conditions, and some new interpretations are developed to meet local needs. Data are assembled from other sources, such as research information, production records, and field experience of specialists. For example, data on crop yields under defined levels of management are assembled from farm records and from field or plot experiments on the same kinds of soil. Predictions about soil behavior are based not only on soil properties but also on such variables as climate and biological activity. Soil conditions are predictable over long periods of time, but they are not predictable from year to year. For example, soil scientists can predict with a fairly high degree of accuracy that a given soil will have a high water table within certain depths in most years, but they cannot predict that a high water table will always be at a specific level in the soil on a specific date. After soil scientists located and identified the significant natural bodies of soil in the survey area, they drew the boundaries of these bodies on aerial photographs and identified each as a specific map unit. Aerial photographs show trees, buildings, fields, roads, and rivers, all of which help in locating boundaries accurately. EXHIBIT NO. 6 PAGE 6 OF 23 6 Sail Map The soil map section includes the soil map for the defined area of interest, a list of soil map units on the map and extent of each map unit, and cartographic symbols displayed on the map. Also presented are various metadata about data used to produce the map, and a description of each soil map unit. EXHIBIT NO. 7 PAGE 7 OF 23 7 27 454T H 2744'43H "WI° Custom Soil Resource Report Soil Map eti 6557[10 653000 West P Dint 41111 1800 655100 6.55400 655700 MSS 4: 1:11700 iprnlxri on A landscape[ 11 x&5}sheet. N 0 150 300 600 Mfrs 900 Feet ❑ 500 1000 2000 3000 Map Rejection: Web MR.tor C -- -. ip W6:584 Edooe firs: IJTM Zone 14N W S&i 654200 8 EXHIBIT NO. 7 PAGE 8 OF 23 ZF 454TH 2744'43H Custom Sail Resource Report MAP LEGEND MAP INFORMATION Area of Interest (AN Area of Interest (ADI] Sails j� Sail Map Unit Polygons ,tit Sail Map Unit Lines II Sail Map Unit Pants Special Point Features 4$) Blowout • Borrow Pit )11Clay Spot 0 Closed Depression X Gravel Pit Gravelly Spot • Landfill Lava Flow a Marsh or swamp it Mine or Quarry 40 Miscellaneous Water • Perennial Water v Rock Outcrop ▪ Saline Spot Sandy Spot Severely Eroded Spot o Sinkhole ,p Slide or Slip yg Sadie spot Spoi Area Stony Spot 152, Very Stony Spot V Wet Spat Other Special line Features Water Features The soil surveys that comprise your AOI were mapped at 1:20,000. Warning: Soil Map may not be valid at this scale. Enlargement of maps beyond the scale of mapping can cause misunderstanding of the detail of mapping and accuracy of soil line placement. The maps do not show the small areas of contrasting soils that could have been shown at a more detailed scale. Streams and Canals Please rely on the bar scale on each map sheet for map measurements. Transportation +-IPS Rails rr.r Interstate Highways US Routes Major Roads Local Roads Background Aerial Photography Source of Map: Natural Resources Conservation Service Web Soil Survey URL: httpJiwebsoilsurvey.nres.usda.gov Coordinate System: Web Mercator (EPSG:3857) Maps from the Web Soil Survey are based on the Web Mercator projection, which preserves direction and shape but distorts distance and area_ A projection that preserves area, such as the Albers equal-area conic projection, should be used it more accurate calculations of distance or area are required. This product is generated from the USDA-NRCS certified data as of the version date(s) listed below. Soil Survey Area: Nueces County, Texas Survey Area Data: Version 13, Sep 21, 2015 Soil map un its are labeled (as space allows)for map scales 1:50,000 or larger. Date(s) aerial images were photographed: Dec 9, 2010—Jan 29, 2014 The orthophoto or other base map on which the soil !hes were compiled and digitized probably differs from the background imagery displayed on these maps. As a result, some mihor shifting of moo unit boundaries may be -evident_ EXHIBIT NO. 7 PAGE 9 OF 23 9 Custom Soil Resource Report Map Unit Legend Nueces County, Texas (TX355) Map Unit Symbol Map Unit Name Acres in AOI Percent of AOI Ps Pits 402 64% Ua Urban land 152 24% VcA Victoria clay 0 to 1 percent slopes 569.4 91.1% Totals for Area of Interest 624.9 100.0% Map Unit Descriptions The map units delineated on the detailed soil maps in a soil survey represent the soils or miscellaneous areas in the survey area. The map unit descriptions, along with the maps, can be used to determine the composition and properties of a unit. A map unit delineation on a soil map represents an area dominated by one or more major kinds of soil or miscellaneous areas. A map unit is identified and named according to the taxonomic classification of the dominant soils. Within a taxonomic class there are precisely defined limits for the properties of the soils. On the landscape, however, the soils are natural phenomena, and they have the characteristic variability of all natural phenomena. Thus, the range of some observed properties may extend beyond the limits defined for a taxonomic class. Areas of soils of a single taxonomic class rarely, if ever, can be mapped without including areas of other taxonomic classes. Consequently, every map unit is made up of the soils or miscellaneous areas for which it is named and some minor components that belong to taxonomic classes other than those of the major soils. Most minor soils have properties similar to those of the dominant soil or soils in the map unit, and thus they do not affect use and management. These are called noncontrasting, or similar, components. They may or may not be mentioned in a particular map unit description. Other minor components, however, have properties and behavioral characteristics divergent enough to affect use or to require different management. These are called contrasting, or dissimilar, components. They generally are in small areas and could not be mapped separately because of the scale used. Some small areas of strongly contrasting soils or miscellaneous areas are identified by a special symbol on the maps. If included in the database for a given area, the contrasting minor components are identified in the map unit descriptions along with some characteristics of each. A few areas of minor components may not have been observed, and consequently they are not mentioned in the descriptions, especially where the pattern was so complex that it was impractical to make enough observations to identify all the soils and miscellaneous areas on the landscape. The presence of minor components in a map unit in no way diminishes the usefulness or accuracy of the data. The objective of mapping is not to delineate pure taxonomic classes but rather to separate the landscape into landforms or landform segments that have similar use and management requirements. The delineation of such segments on the map provides sufficient information for the development of resource plans. If EXHIBIT NO. T PAGE 10 OF 23 10 Custom Soil Resource Report intensive use of small areas is planned, however, onsite investigation is needed to define and locate the soils and miscellaneous areas. An identifying symbol precedes the map unit name in the map unit descriptions. Each description includes general facts about the unit and gives important soil properties and qualities. Soils that have profiles that are almost alike make up a soil series. Except for differences in texture of the surface layer, all the soils of a series have major horizons that are similar in composition, thickness, and arrangement. Soils of one series can differ in texture of the surface layer, slope, stoniness, salinity, degree of erosion, and other characteristics that affect their use. On the basis of such differences, a soil series is divided into soil phases. Most of the areas shown on the detailed soil maps are phases of soil series. The name of a soil phase commonly indicates a feature that affects use or management. For example, Alpha silt loam, 0 to 2 percent slopes, is a phase of the Alpha series. Some map units are made up of two or more major soils or miscellaneous areas. These map units are complexes, associations, or undifferentiated groups. A complex consists of two or more soils or miscellaneous areas in such an intricate pattern or in such small areas that they cannot be shown separately on the maps. The pattern and proportion of the soils or miscellaneous areas are somewhat similar in all areas. Alpha -Beta complex, 0 to 6 percent slopes, is an example. An association is made up of two or more geographically associated soils or miscellaneous areas that are shown as one unit on the maps. Because of present or anticipated uses of the map units in the survey area, it was not considered practical or necessary to map the soils or miscellaneous areas separately. The pattern and relative proportion of the soils or miscellaneous areas are somewhat similar. Alpha - Beta association, 0 to 2 percent slopes, is an example. An undifferentiated group is made up of two or more soils or miscellaneous areas that could be mapped individually but are mapped as one unit because similar interpretations can be made for use and management. The pattern and proportion of the soils or miscellaneous areas in a mapped area are not uniform. An area can be made up of only one of the major soils or miscellaneous areas, or it can be made up of all of them. Alpha and Beta soils, 0 to 2 percent slopes, is an example. Some surveys include miscellaneous areas. Such areas have little or no soil material and support little or no vegetation. Rock outcrop is an example. EXHIBIT NO. 7 PAGE 11 OF 23 11 Custom Soil Resource Report Nueces County, Texas Ps—Pits Map Unit Setting National map unit symbol: dg3t Elevation: 20 to 8,750 feet Mean annual precipitation: 9 to 56 inches Mean annual air temperature: 54 to 73 degrees F Frost -free period: 180 to 350 days Farmland classification: Not prime farmland Map Unit Composition Pits: 100 percent Estimates are based on observations, descriptions, and transects of the mapunit. Description of Pits Typical profile HI - 0 to 80 inches: variable Interpretive groups Land capability classification (irrigated): None specified Land capability classification (nonirrigated): 8s Hydrologic Soil Group: D Ua—Urban land Map Unit Setting National map unit symbol: dg41 Elevation: 0 to 4,000 feet Mean annual precipitation: 8 to 60 inches Mean annual air temperature: 54 to 73 degrees F Frost -free period: 180 to 310 days Farmland classification: Not prime farmland Map Unit Composition Urban land: 100 percent Estimates are based on observations, descriptions, and transects of the mapunit. Description of Urban Land Typical profile HI - 0 to 40 inches: variable EXHIBIT NO. 7 PAGE 12 OF 23 Interpretive groups Land capability classification (irrigated): None specified Land capability classification (nonirrigated): 8s Hydrologic Soil Group: D 12 Custom Soil Resource Report VCA—Victoria clay 0 to 1 percent slopes Map Unit Setting National map unit symbol: 2tj if Elevation: 20 to 100 feet Mean annual precipitation: 29 to 37 inches Mean annual air temperature: 71 to 73 degrees F Frost -free period: 301 to 365 days Farmland classification: All areas are prime farmland Map Unit Composition Victoria and similar soils: 97 percent Minor components: 3 percent Estimates are based on observations, descriptions, and transects of the mapunit. Description of Victoria Setting Landform: Flats Landform position (three-dimensional): Talf Microfeatures of landform position: Gilgai Down-slope shape: Linear Across -slope shape: Linear Parent material: Clayey fluviomarine deposits derived from igneous, metamorphic and sedimentary rock Typical profile Ap - O to 6 inches: clay Bss - 6 to 37 inches: clay Bnss - 37 to 50 inches: clay Bkny - 50 to 80 inches: clay Properties and qualities Slope: 0 to 1 percent Depth to restrictive feature: More than 80 inches Natural drainage class: Well drained Runoff class: Medium Capacity of the most limiting layer to transmit water (Ksat): Moderately low to moderately high (0.06 to 0.20 in/hr) Depth to water table: More than 80 inches Frequency of flooding: None Frequency of ponding: None Calcium carbonate, maximum in profile: 19 percent Gypsum, maximum in profile: 7 percent Salinity, maximum in profile: Nonsaline to moderately saline (0.5 to 14.5 mmhos/ cm) Sodium adsorption ratio, maximum in profile: 29.0 Available water storage in profile: Moderate (about 9.0 inches) Interpretive groups Land capability classification (irrigated): 2s EXHIBIT NO. 7 PAGE 13 OF 23 13 Custom Soil Resource Report Land capability classification (nonirrigated): 2s Hydrologic Soil Group: C Ecological site: Blackland 24-44" PZ (R150AY526TX) Minor Components Crane!! Percent of map unit: 2 percent Landform: Flats Landform position (three-dimensional): Talf Down-slope shape: Linear Across -slope shape: Linear Ecological site: Blackland 24-44" PZ (R15DAY526TX) Edroy Percent of map unit: 1 percent Landform: Depressions Landform position (three-dimensional): Dip Down-slope shape: Concave Across -slope shape: Concave Ecological site: Lakebed 25-35" PZ (R 150AY641 TX) EXHIBIT NO. 7 PAGE 14 OF 23 14 Soil Information for All Uses Soil Reports The Soil Reports section includes various formatted tabular and narrative reports (tables) containing data for each selected soil map unit and each component of each unit. No aggregation of data has occurred as is done in reports in the Soil Properties and Qualities and Suitabilities and Limitations sections. The reports contain soil interpretive information as well as basic soil properties and qualities. A description of each report (table) is included. Soil Physical Properties This folder contains a collection of tabular reports that present soil physical properties. The reports (tables) include all selected map units and components for each map unit. Soil physical properties are measured or inferred from direct observations in the field or laboratory. Examples of soil physical properties include percent clay, organic matter, saturated hydraulic conductivity, available water capacity, and bulk density. Engineering Properties This table gives the engineering classifications and the range of engineering properties for the layers of each soil in the survey area. Hydrologic soil group is a group of soils having similar runoff potential under similar storm and cover conditions. The criteria for determining Hydrologic soil group is found in the National Engineering Handbook, Chapter 7 issued May 2007(http:ll directives.sc.egov.usda.gov/OpenNonWebContent.aspx?content=17757.wba). Listing HSGs by soil map unit component and not by soil series is a new concept for the engineers. Past engineering references contained lists of HSGs by soil series. Soil series are continually being defined and redefined, and the list of soil series names changes so frequently as to make the task of maintaining a single national list virtually impossible. Therefore, the criteria is now used to calculate the HSG using the component soil properties and no such national series lists will be maintained. All such references are obsolete and their use should be discontinued. Soil properties that influence runoff potential are those that influence the minimum rate of infiltration for a bare soil after prolonged wetting and when not frozen. These properties are depth to a seasonal high water table, saturated hydraulic conductivity after prolonged wetting, and depth to a layer with a very slow water transmission rate. Changes in soil properties caused by land management or climate changes also cause the hydrologic EXHIBIT NO. 7 PAGE 15 OF 23 15 Custom Soil Resource Report soil group to change. The influence of ground cover is treated independently. There are four hydrologic soil groups, A, B, C, and D, and three dual groups, ND, BID, and CID. In the dual groups, the first letter is for drained areas and the second letter is for undrained areas. The four hydrologic soil groups are described in the following paragraphs: Group A. Soils having a high infiltration rate (low runoff potential) when thoroughly wet. These consist mainly of deep, well drained to excessively drained sands or gravelly sands. These soils have a high rate of water transmission. Group B. Soils having a moderate infiltration rate when thoroughly wet. These consist chiefly of moderately deep or deep, moderately well drained or well drained soils that have moderately fine texture to moderately coarse texture. These soils have a moderate rate of water transmission. Group C. Soils having a slow infiltration rate when thoroughly wet. These consist chiefly of soils having a layer that impedes the downward movement of water or soils of moderately fine texture or fine texture. These soils have a slow rate of water transmission. Group D. Soils having a very slow infiltration rate (high runoff potential) when thoroughly wet. These consist chiefly of clays that have a high shrink -swell potential, soils that have a high water table, soils that have a claypan or clay layer at or near the surface, and soils that are shallow over nearly impervious material. These soils have a very slow rate of water transmission. Depth to the upper and lower boundaries of each layer is indicated. Texture is given in the standard terms used by the U.S. Department of Agriculture. These terms are defined according to percentages of sand, silt, and clay in the fraction of the soil that is less than 2 millimeters in diameter. "Loam," for example, is soil that is 7 to 27 percent clay, 28 to 50 percent silt, and less than 52 percent sand. If the content of particles coarser than sand is 15 percent or more, an appropriate modifier is added, for example, "gravelly." Classification of the soils is determined according to the Unified soil classification system (ASTM, 2005) and the system adopted by the American Association of State Highway and Transportation Officials (AASHTO, 2004). The Unified system classifies soils according to properties that affect their use as construction material. Soils are classified according to particle -size distribution of the fraction less than 3 inches in diameter and according to plasticity index, liquid limit, and organic matter content. Sandy and gravelly soils are identified as GW, GP, GM, GC, SW, SP, SM, and SC; silty and clayey soils as ML, CL, OL, MH, CH, and OH; and highly organic soils as PT. Soils exhibiting engineering properties of two groups can have a dual classification, for example, CL -ML. The AASHTO system classifies soils according to those properties that affect roadway construction and maintenance. In this system, the fraction of a mineral soil that is less than 3 inches in diameter is classified in one of seven groups from A-1 through A-7 on the basis of particle -size distribution, liquid limit, and plasticity index. Soils in group A-1 are coarse grained and low in content of fines (silt and clay). At the other extreme, soils in group A-7 are fine grained. Highly organic soils are classified in group A-8 on the basis of visual inspection. If laboratory data are available, the A-1, A-2, and A-7 groups are further classified as A -1-a, A -1-b, A-2-4, A-2-5, A-2-6, A-2-7, A-7-5, or A-7-6. Asan additional refinement, the suitability of a soil as subgrade material can be indicated by a group index number. EXHIBIT NO. 7 PAGE 16 OF 23 16 Custom Soil Resource Report Group index numbers range from 0 for the best subgrade material to 20 or higher for the poorest. Rock fragments larger than 10 inches in diameter and 3 to 10 inches in diameter are indicated as a percentage of the total soil on a dry -weight basis. The percentages are estimates determined mainly by converting volume percentage in the field to weight percentage. Percentage (of soil particles) passing designated sieves is the percentage of the soil fraction less than 3 inches in diameter based on an ovendry weight. The sieves, numbers 4, 10, 40, and 200 (USA Standard Series), have openings of 4.76, 2.00, 0.420, and 0.074 millimeters, respectively. Estimates are based on laboratory tests of soils sampled in the survey area and in nearby areas and on estimates made in the field. Liquid limit and plasticity index (Atterberg limits) indicate the plasticity characteristics of a soil. The estimates are based on test data from the survey area or from nearby areas and on field examination. References: American Association of State Highway and Transportation Officials (AASHTO). 2004. Standard specifications for transportation materials and methods of sampling and testing. 24th edition. American Society for Testing and Materials (ASTM). 2005. Standard classification of soils for engineering purposes. ASTM Standard D2487-00. EXHIBIT NO. 7 PAGE 17 OF 23 17 Custom Soil Resource Report Absence of an entry indicates that the data were not estimated. The asterisk'" denotes the representative texture; other possible textures follow the dash. The criteria for determining the hydrologic soil group for individual soil components is found in the National Engineering Handbook, Chapter 7 issued May 2007(http:l(directives.sc.egov.usda.govlOpenNonWebContent.aspx? content=17757.wba). Engineering Properties-Nueces County, Texas Map unit symbol and soil name Pct. of map unit Hydrolo gic group Depth USDA texture Classification Fragments Percentage passing sieve number— Liquid link[ Plasticit y index Unified AASHT© >10 inches 3-10 inches 4 10 40 200 In Pct Pct Pd Ps—Pits Pits 100 D 0-00 Variable — — — — — — — — 0-7 -14 — Ua—1,lrban land Urban land 100 D 0-40 Variable — — — — — — — — — — VcA—Victoria day 0 to 1 percent slopes Vicbria 97 C 0-0 Clay CH A-7-6 0- 0- 0 0- 0- 0 100-100 -100 100-100 -100 99-99-1 00 76-89- 91 50-67 -73 28-42-4 5 6-37 Clay CH A-7-6 0- 0- 0 0- 0- 0 100-100 -1011 100-100 -100 99-99-1 00 79-90- 92 55-70 -78 32-44-5 1 37-50 Clay CH A-7-6 0- 0- 0 0- 0- 0 100-100 -100 100-100 -100 99-100- 100 84-92- 93 61-66 -79 37-41-5 2 50-80 Clay, silty clay CH A-7-6 0- 0- 0 0- 0- 0 100-100 -100 100-100 -100 99-100- 100 84-92- 95 61-70 -81 37-44-5 4 EXHIBIT NO. 7 PAGE 18 OF 23 18 Custom Soil Resource Report Engineering Properties This table gives the engineering classifications and the range of engineering properties for the layers of each soil in the survey area. Hydrologic soil group is a group of soils having similar runoff potential under similar storm and cover conditions. The criteria for determining Hydrologic soil group is found in the National Engineering Handbook, Chapter 7 issued May 2007(http:ll di recti ves. sc. a gov. usda.gov/Open N o nWeb Co me nt. a s px? co n to n t=1775 7.wb a ). Listing HSGs by soil map unit component and not by soil series is a new concept for the engineers. Past engineering references contained lists of HSGs by soil series. Soil series are continually being defined and redefined, and the list of soil series names changes so frequently as to make the task of maintaining a single national list virtually impossible. Therefore, the criteria is now used to calculate the HSG using the component soil properties and no such national series lists will be maintained. All such references are obsolete and their use should be discontinued. Soil properties that influence runoff potential are those that influence the minimum rate of infiltration for a bare soil after prolonged wetting and when not frozen. These properties are depth to a seasonal high water table, saturated hydraulic conductivity after prolonged wetting, and depth to a layer with a very slow water transmission rate. Changes in soil properties caused by land management or climate changes also cause the hydrologic soil group to change. The influence of ground cover is treated independently. There are four hydrologic soil groups, A, B, C, and D, and three dual groups, ND, BID, and CID. In the dual groups, the first letter is for drained areas and the second letter is for undrained areas. The four hydrologic soil groups are described in the following paragraphs: Group A. Soils having a high infiltration rate (low runoff potential) when thoroughly wet. These consist mainly of deep, well drained to excessively drained sands or gravelly sands. These soils have a high rate of water transmission. Group B. Soils having a moderate infiltration rate when thoroughly wet. These consist chiefly of moderately deep or deep, moderately well drained or well drained soils that have moderately fine texture to moderately coarse texture. These soils have a moderate rate of water transmission. Group C. Soils having a slow infiltration rate when thoroughly wet. These consist chiefly of soils having a layer that impedes the downward movement of water or soils of moderately fine texture or fine texture. These soils have a slow rate of water transmission. Group D. Soils having a very slow infiltration rate (high runoff potential) when thoroughly wet. These consist chiefly of clays that have a high shrink -swell potential, soils that have a high water table, soils that have a claypan or clay layer at or near the surface, and soils that are shallow over nearly impervious material. These soils have a very slow rate of water transmission. Depth to the upper and lower boundaries of each layer is indicated. Texture is given in the standard terms used by the U.S. Department of Agriculture. These terms are defined according to percentages of sand, silt, and clay in the fraction of the soil that is less than 2 millimeters in diameter. "Loam," for example, is soil that is 7 to 27 percent clay, 28 to 50 percent silt, and less than 52 percent sand. If the content of particles coarser than sand is 15 percent or more, an appropriate modifier is added, for example, "gravelly." EXHIBIT NO. 7 PAGE 19 OF 23 19 Custom Soil Resource Report Classification of the soils is determined according to the Unified soil classification system (ASTM, 2005) and the system adopted by the American Association of State Highway and Transportation Officials (AASHTO, 2004). The Unified system classifies soils according to properties that affect their use as construction material. Soils are classified according to particle -size distribution of the fraction less than 3 inches in diameter and according to plasticity index, liquid limit, and organic matter content. Sandy and gravelly soils are identified as GW, GP, GM, GC, SW, SP, SM, and SC; silty and clayey soils as ML, CL, OL, MH, CH, and OH; and highly organic soils as PT. Soils exhibiting engineering properties of two groups can have a dual classification, for example, CL -ML. The AASHTO system classifies soils according to those properties that affect roadway construction and maintenance. In this system, the fraction of a mineral soil that is less than 3 inches in diameter is classified in one of seven groups from A-1 through A-7 on the basis of particle -size distribution, liquid limit, and plasticity index. Soils in group A-1 are coarse grained and low in content of fines (silt and clay). At the other extreme, soils in group A-7 are fine grained. Highly organic soils are classified in group A-8 on the basis of visual inspection. If laboratory data are available, the A-1, A-2, and A-7 groups are further classified as A -1-a, A -1-b, A-2-4, A-2-5, A-2-6, A-2-7, A-7-5, or A-7-6. Asan additional refinement, the suitability of a soil as subgrade material can be indicated by a group index number. Group index numbers range from 0 for the best subgrade material to 20 or higher for the poorest. Rock fragments larger than 10 inches in diameter and 3 to 10 inches in diameter are indicated as a percentage of the total soil on a dry -weight basis. The percentages are estimates determined mainly by converting volume percentage in the field to weight percentage. Percentage (of soil particles) passing designated sieves is the percentage of the soil fraction less than 3 inches in diameter based on an ovendry weight. The sieves, numbers 4, 10, 40, and 200 (USA Standard Series), have openings of 4.76, 2.00, 0.420, and 0.074 millimeters, respectively. Estimates are based on laboratory tests of soils sampled in the survey area and in nearby areas and on estimates made in the field. Liquid limit and plasticity index (Atterberg limits) indicate the plasticity characteristics of a soil. The estimates are based on test data from the survey area or from nearby areas and on field examination. References: American Association of State Highway and Transportation Officials (AASHTO). 2004. Standard specifications for transportation materials and methods of sampling and testing. 24th edition. American Society for Testing and Materials (ASTM). 2005. Standard classification of soils for engineering purposes. ASTM Standard D2487-00. EXHIBIT NO. 7 PAGE 20 OF 23 20 Custom Soil Resource Report Absence of an entry indicates that the data were not estimated. The asterisk'" denotes the representative texture; other possible textures follow the dash. The criteria for determining the hydrologic soil group for individual soil components is found in the National Engineering Handbook, Chapter 7 issued May 2007(http:l(directives.sc.egov.usda.govlOpenNonWebContent.aspx? content=17757.wba). Engineering Properties-Nueces County, Texas Map unit symbol and soil name Pct. of map unit Hydrolo gic group Depth USDA texture Classification Fragments Percentage passing sieve number— Liquid link[ Plasticit y index Unified AASHT© >10 inches 3-10 inches 4 10 40 200 In Pct Pct Pd Ps—Pits Pits 100 D 0-00 Variable — — — — — — — — 0-7 -14 — Ua—1,lrban land Urban land 100 D 0-40 Variable — — — — — — — — — — VcA—Victoria day 0 to 1 percent slopes Vicbria 97 C 0-0 Clay CH A-7-6 0- 0- 0 0- 0- 0 100-100 -100 100-100 -100 99-99-1 00 76-89- 91 50-67 -73 28-42-4 5 6-37 Clay CH A-7-6 0- 0- 0 0- 0- 0 100-100 -1011 100-100 -100 99-99-1 00 79-90- 92 55-70 -78 32-44-5 1 37-50 Clay CH A-7-6 0- 0- 0 0- 0- 0 100-100 -100 100-100 -100 99-100- 100 84-92- 93 61-66 -79 37-41-5 2 50-80 Clay, silty clay CH A-7-6 0- 0- 0 0- 0- 0 100-100 -100 100-100 -100 99-100- 100 84-92- 95 61-70 -81 37-44-5 4 EXHIBIT NO. 7 PAGE 21 OF 23 21 References American Association of State Highway and Transportation Officials (AASHTO). 2004. Standard specifications for transportation materials and methods of sampling and testing. 24th edition. American Society for Testing and Materials (ASTM). 2005. Standard classification of soils for engineering purposes. ASTM Standard D2487-00. Cowardin, L.M., V. Carter, F.C. Golet, and E.T. LaRoe. 1979. Classification of wetlands and deep -water habitats of the United States. U.S. Fish and Wildlife Service FWS/OBS-79/31. Federal Register. July 13, 1994. Changes in hydric soils of the United States. Federal Register. September 18, 2002. Hydric soils of the United States. Hurt, G.W., and L.M. Vasilas, editors. Version 6.0, 2006. Field indicators of hydric soils in the United States. National Research Council. 1995. Wetlands: Characteristics and boundaries. Soil Survey Division Staff. 1993. Soil survey manual. Soil Conservation Service. U.S. Department of Agriculture Handbook 18. http:l/www.nres.usda.govlwpslportallnresl detail/national/soils/?cid=nres 142p2_054262 Soil Survey Staff. 1999. Soil taxonomy: A basic system of soil classification for making and interpreting soil surveys. 2nd edition. Natural Resources Conservation Service, U.S. Department of Agriculture Handbook 436. http://www.nres.usda.gov/wps/portal/ nres/detail/national/soils/?cid=nres 142p2_053577 Soil Survey Staff. 2010. Keys to soil taxonomy. 11th edition. U.S. Department of Agriculture, Natural Resources Conservation Service. http://www.nres.usda.gov/wps/ portal/n resldetai l/national/soil s/?cid= nres 142p2_053580 Tiner, R.W., Jr. 1985. Wetlands of Delaware. U.S. Fish and Wildlife Service and Delaware Department of Natural Resources and Environmental Control, Wetlands Section. United States Army Corps of Engineers, Environmental Laboratory. 1987. Corps of Engineers wetlands delineation manual. Waterways Experiment Station Technical Report Y-87-1. United States Department of Agriculture, Natural Resources Conservation Service. National forestry manual. http:/Iw w.nres.usda.gov/wps/portal/nres/detaillsoils/ hom e/?cid=nres 142p2_053374 United States Department of Agriculture, Natural Resources Conservation Service. National range and pasture handbook. http://www.nres.usda.gov/wps/portal/nres/ detail/national/landuselrangepastu rel?cid=stet prdb1043084 EXHIBIT NO. 7 PAGE 22 OF 23 22 Custom Soil Resource Report United States Department of Agriculture, Natural Resources Conservation Service. National soil survey handbook, title 430 -VI. http://www.nres.usda.gov/wps/portal/ n res/detai I/soi Is/sci entists/?cid=n res 142p2_054242 United States Department of Agriculture, Natural Resources Conservation Service. 2006. Land resource regions and major land resource areas of the United States, the Caribbean, and the Pacific Basin. U.S. Department of Agriculture Handbook 296. http://www.n res. usda.gov/wps/portal/nres/detai Iln ational/soi Is/? cid=nres142p2_053624 United States Department of Agriculture, Soil Conservation Service. 1961. Land capability classification. U.S. Department of Agriculture Handbook 210. http:// www. n res.usda.gov/I nternetJFSE_DOCU MENTS/n res 142p2_052290.pdf EXHIBIT NO. 7 PAGE 23 OF 23 23 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 1 Address, City, State 4409 Greenwood Dr Corpus Christi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Scale: 1"=30' a> m Started: 5/23/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5/23/2016 Trench Length: 10 ft STA: 12+50 Backfilled: 5/23/2016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth of Trench: 12 ft 2 U 0 U N O a� 0 J a. t7 Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. Baro Press .0 O 0 H 5 — 10 - 0% 0% 20.5°/0;tiftiftif;f� Dark Brown, Black Clay (CH), Moist, Medium ;S▪ %S%S%SSS' Toughness with Concrete Fragments, Moist . ▪ ti.ti.ti.L., , ,,,, iL1L1L1 ,L v Brown Sandy Clay (CL), Moist aft NM MI NM MI MI MIN MI MI ....• 3 ft Light Brown Sandy Silty Loam Beige Mixed with a Dark Brown Shade of Poorly Graded Sand, with Silt, Moist Ground Water V m aft Excavation was Terminated at 12' Depth 79.5% 29.90" 79° Hg F Govind Development, LLC EXHIBIT NO. 8 PAGE 1 OF 12 Soil Log: Sheet 1 of 11 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 2 Address, City, State 4409 Greenwood Dr Corpus C hristi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Scale: V=30' m Tri 0 Started: 5/23/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5/23/2016 Trench Length: 10 ft STA: 13+10 Backfilled: 5/23/2016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth ofTrench: 12 ft 0. 0 5 — 10- 2 U 0% N D 0 0% N 0 Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. Dark Brown with Black and Green Clay (CH), Compacted, Moist 3 ft Brown Sandy Clay (CL), Moist 2 ft Light Brown Sandy Silty Loam 2ft Solid Waste (Trash,Tires, Plastic, Twigs, Trash with Water) V (Black Water) 5ft Excavation was Terminated at 12' Depth Govind Development, LLC EXHIBIT NO. 8 PAGE 2 OF 12 J i0 Baro Press 79.5% 29.90" 79° Hg F Soil Log: Sheet 2 of 11 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 3 Address, City, State 4409 Greenwood Dr Corpus Christi, TX 78416 Contractor: Abel's Paving Excavator Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Scale: 1"=30' a) O Started: 5/23/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5/23/2016 Trench Length: 10 ft STA: 13+85 Backfilled: 5/23/2016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth of Trench: 12ft 2 U 5 10' N D 0 N D 19.2% 0) 0 J Q. Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions_ Dark Brown Clay (CH), Moist, Medium Toughness with Some Debris ( Plastic Pipe) 4ft Light Grey mixed with White, Brown Shades of Sandy Clay, Rocks Were Present In Soil With Some Debris (Asphalt) Black, Light Brown Sandy Silty Loam, Moist, with Concrete Fragments and Some Remains (Wood) 5ft aft Excavation was Terminated at 12' Depth JcCi Baro Press 80.82% 29.94" 79`. Hg F Govind Development, LLC EXHIBIT NO. 8 PAGE 3 OF 12 Soil Log: Sheet 3 of 1 1 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 4 Address, City, State 4409 Greenwood Dr Corpus Christi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Scale: 1"=30' m m Started: 5123/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5/23/2016 Trench Length: 10 ft STA: 14+60 Backfilled: 5/2312016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth of Trench: 12 ft 0. 0 5 - 10 - 2 0 N D 0 N 0 Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. Dark Brown Clay (CH), Moist, Medium Toughness Black, Brown Sandy Clay (CL), Moist with Concrete Debris 2ft 5ft Dark Brown, Light Brown Sandy Silty Loam with Debris(Asphalt) and Concrete Fragments 4ft Light Brown Poorly Graded Sand with Silt, Dry Govind Development, LLC EXHIBIT NO. 8 PAGE 4 OF 12 1ft J CO Baro Press 81.2% 29.94" 770 Hg F Soil Log: Sheet 4 of 11 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 5 Address, City, State 4409 Greenwood Dr Corpus Christi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Scale: 1"=30' m m a Started: 5/23/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5124/2016 Trench Length: 10 ft STA: 15+35 Backfilled: 5124/2016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth of Trench: 15 ft 5 - 10 - 2 U N D 0 N 0 0) 0 J 0. I� Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. Light Grey Clay (CH), Moist, Medium Toughness 4ft Light Grey Sandyt Clay (CL), Clean, with Concrete Fragments and Remains (Asphalt) 5ft Dark Brown, Brown Sandy Silty Loam, Moist, with Remains (Asphalt) (Rusted Chain Found) 6ft J CO Baro Press 80.1% 29.87 79° Hg F Govind Development, LLC EXHIBIT NO. 8 PAGE 5 OF 12 Soil Log: Sheet 5 of 11 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 6 Address, City, State 4409 Greenwood Dr Corpus C hristi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Note: Trench was dug 15 ft due to the location of the Trench in the area a) Started: 5/23/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5/24/2016 Trench Length: 10 ft STA: 16+10 Backfilled: 5/2412016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth of Trench: 15 ft 2 U N D 0 N O % % 5 10- % 20.2% 0) 0 J 0. R 0 I� »v»v»t»vv rr.r r. v.v.L.vw fv»v»L»v»v` Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. Brown Clay (CH), Moist 79.8% 2ft Dark Grey , Grey Sandy Clay, Dry, with Concrete Fragments and Debris (Asphalt) 4 ft Grey, Brown Sandy Silt, Dry, with Concrete Fragments 5ft Dark Brown, Brown Poorly Graded Sand with Concrete Debris and Remains (Wood) Govind Development, LLC EXHIBIT NO. 8 PAGE 6 OF 12 4 ft Soil Log: Sheet 6 of 11 Baro Press 29.84° Hg O 4 Q E 1— 79° F Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 7 Address, City, State 4409 Greenwood Dr Corpus C hristi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Note: Trench was dug 15 ft due to the location of the Trench in the area m Tri 0 Started: 5/23/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5/24/2016 Trench Length: 10 ft STA: 16+85 Backfilled: 5/24/2016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth of Trench: 15ft 46. 0 2 U N D 0 N 0 0) a J 0. I� Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. Bare Press .0 2 0. O. m H 0% 5 - 10 - 19.9% :ti:ti:L:ti:ti eee a :ffff Dark Brown Clay (CH), Moist, Medium Toughness ▪ e. S▪ SL S itiitiiLitiiti itiitiiLitiiti r.r r.r r� Dark Brown, Brown Sandy Clay with Concrete Debris (Concrete Along the Wall) and Remains (Wood) 2ft 5ft Dark Brown, Dark Grey Sandy Silty Loam, Moist, (Strong Smell) 6ft Solid Waste (Wood, Plastic) at 13' Govind Development, LLC EXHIBIT NO. 8 PAGE 7 OF 12 2 ft 80.1% 29.82" 78' Hg F Soil Log: Sheet 7 of 11 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 8 Address, City, State 4409 Greenwood Dr Corpus Christi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Note: Trench was dug 12 ft due to the location of the Trench in the area m m a Started: 5/23/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5/23/2016 Trench Length: 10 ft STA: 17+60 Backfilled: 5/23/2016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth of Trench: 12 ft 2 U % 5 - 10- N D 0 % N 0 20.0% 0) 0 J 0. Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. Black Clay (CL), Moist, Medium Toughness 2ft Light Brown Sandy Clay (CL) with Debris (Concrete) 2ft Dark Brown, Grey Sandy Silty Loam, Moist Eft Beige, Light Grey Poorly Graded Sand with Silt 2 ft J m 80.0% Baro Press 29.81" Hg .0 O LL Ct. m 78° F Govind Development, LLC EXHIBIT NO. 8 PAGE 8 OF 12 Soil Log: Sheet 8 of 11 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 9 Address, City, State 4409 Greenwood Dr Corpus C hristi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Note: Trench was dug 15 ft due to the location of the Trench in the area m m a Started: 5/24/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5/24/2016 Trench Length: 10 ft STA: 18+35 Backfilled: 5/24/2016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth of Trench: 15ft 2 0 N D 0 N 0 0) 0 J 0. Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. J m Baro Press .0 0 d 0.m % 5 — 10- % 20.2% :ti:ti:L:ti:ti vs•'L'•" Dark Brown, Black Clay (CH), Moist itiitiiLitiiti Grey Sandy Clay with Concrete Fragments 4ft 2ft Grey Sandy Silty Loam (Started to Smell at 8') aft Solid Waste (Wood, Plastic, Water Started Coming Out at 14') Ground Water Level v 6 ft 79.8% 29.09" 76° Hg F Govind Development, LLC EXHIBIT NO, 8 PAGE 9 OF 12 Soil Log: Sheet 9 of 11 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 10 Address, City, State 4409 Greenwood Dr Corpus Christi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Started: 5/24/2016 Sample Method: Trenching Width of Trench: 2 ft :? a Completed: 5/24/2016 Trench Length: 10 ft STA: 19+10 Number in Crew: 2 Note: Trench was dug 15 ft due to the location of the Trench in the area Backfilled: 5/24/2016 Number of Disposal Vehicles: 1 Groundwater Depth: Elevation: As Noted Total Depth of Trench: 15 ft Depth (feet) CH4 DN o O Graphic Log Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain -Jet CO Baro Press Temp Prob size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. - _ 5 - _ - _ 10- _,/,+i',� 0% 0% 20.0% «Y«Y«t«Y«v :Y:Y:L:Y:51 «««t««r 80.0% 29.85" Hg 78° F «f ;% fr Y.Y.L.Y.v »Y«Y«t«Y«v` «Y«Y«L«Y«Y «Y«Y«L«Y y %%%%%%%%%%%%%%%;% Y.Y..YW = ..a Brown Clay Loam (CL) 2 ft Grey Sandy Clay (CL) 4 ft Brown Sandy Silty Loam 8 ft Grey Poorly Graded Sand 1 ft Govind Development, LLC EXHIBIT NO. 8 PAGE 10 OF 12 Soil Log: Sheet 10 of 11 Project: Greenwood Dr Project Number: E12092 Client: City of Corpuis Christi Trench No. 11 Address, City, State 4409 Greenwood Dr Corpus Christi, TX 78416 Contractor: Abel's Paving Excavator: Backhoe Logged By: Alfredo Jimenez Number in Crew: 2 Note: Trench was dug 15 ft due to the location of the Trench in the area m a Started: 5/24/2016 Sample Method: Trenching Width of Trench: 2ft Completed: 5/24/2016 Trench Length: 10 ft STA: 19+85 Backfilled: 5/24/2016 Number of Disposal Vehicles: 1 Groundwater Depth: As Noted Elevation: As Noted Total Depth of Trench: 15 ft 2 U pp© 5 — 10- N D 0 N 0 19.8% 0) 0 J 0. Lithology Soil Group Name: modifier, color, moisture, density/consistency, grain size, other descriptors Rock Description: modifierm color, hardness/degree of concentration, bedding and joint characteristics, solutions, void conditions. Dark Brown Clay Loam (CH), Moist, Medium Toughness 4ft Light Brown Mixed with a Little Grey Sandy Clay 4ft Light Brown Sandy Silty Loam (Ground Hard) Eft Grey Poorly Graded Sand Ground Water Level Govind Development, LLC EXHIBIT NO. 8 PAGE 11 OF 12 1ft Bare Press G d 0. H 80.2% 29.09" 77° Hg F Soil Log: Sheet 11 of 11 Greenwood Dr. Gollihar Rd to Horne Rd E12092 Bond 2012 Govind Development, LLC Soil Legend Clay (CH) Sandy Clay (CL) Sandy Silty Loam Poorly Graded Sand Solid Waste EXHIBIT NO. 8 PAGE 12 OF 12 SAN PATRI CIO COUNTY lir HORNE LOLITA MENDO;H PROJ€CT SITE PLCQh1INGT 7I END PROJECT Yank 56142E12 MEAL 242.3222 V16TA 4O-ASSpµ0011 6 i2 vv 1ue 1. •1m slaw School OF Temple Park 35 &5 R T FggAn 3;44 • Sy€, N� RA�41 14‘Z, John Medway . Jmes Park Perk BEG 4 22220 PROJECT EXISTING w re LANDPILL CiCc 06e ,1R 00 VICINITY MAP N.T.S. CALL BEFORE YOU DIGI 249224441 4110023? r0 10113 0011E 3304 1032 PO 0144 ON OWE - 3703 MD PAL 811 THE LONE STAR 2YOTIPiCATlDI' COMPANY AT 1-8L10.669-5344 alpyrddeet, 1fia �11, `. CORPVS CHRISTI EKr ;.it:tNp4hkib idorte*AN 06,4 LOCATION MAP 242.PPe .42 1115 PREPARED FOR CITY OF CORPUS CHRISTI ENGINEERING SERVICES GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) PROJECT NUMBER: E16316 PREPARED BO: SHEET Ili 1. TIRE SHEET, VICINNT ANP AND SHEET INDEX 2 ANO PNP SI11M4ARY OFE0TMNTEPOUAYT11122 3 FROM-0I11RnS GENERAL NOTES ANDT/WHN0 SCHEOPLE 6 PROJEO 1412610 3 6 R066261IAEHIS 423PRE 9 COSMO W6 OARRMP T. 610211 OMR BEET IMF 0 p3671KG1YL6RYATERSA5EWP 9 6236711121YLTERl11a 6A61964F ,4 p36TING TOPOCRAPM' 11 OF 31 12 COSMO TOPOGRAPHY 12 OF 31 22 13135111113 TPPOOWAPRf p 0131 13 MSTNNO 1/13131163 x. PRAMAOE ARM IN R1AWTAw PWR 13 WORM CA&CLMT10NP i1 OP 31 PR STORM OMR GALCOIATON612 OPO 12 STOR31WATM atm.". PLAN MP PROM/170 ONAHD ANO TREl1GS MAU 112 8TORIA I A1191 AMO FORQ YAW PIANALOPROPR.T 270 [YTPRAROS111[WALK 6741100211/ [ATOLLS 24 STOIAMNA1131. STAROPIg OTTAT311043) 22 111211111110.1111 STAwn110 [WARS R CF b 3 ) 11A1111H STAISAIO MAILS OF 3) 24 195DIINFH1L222gR OCMA.1-IP►STORM] 2.3 IHHPP STpRN A3H OT5P11nOvnTBRST$DETAIL. nronm ‘63.123 PI1411TOPRTAlENTp3 PLAN 22 52701141W4.1-50 PG3PREVENTION 3S.AHROTES 22. STORM WATER ENV1R01$8H11TYIXFERIA2218A1®ARO COYYEHTS 1E2101 20. STOPYNATER PCIAIIION PREVENTION OETMLS /I ,414, Q p FEET 1 of 29 MONO More 131. 570 569 PP AISIEL2I E, 259 Le3RIN2 ExIanNG arueoLx PROPOSED SYMBOLS 1170113M11 11EBT No. 2 V. 4 ;$$ •i MAI DESCRIPTION UNIT Cl l` - RIGHT OP WAY 4' :.::l CC«CRETE�EW ADJACENT PROPERTY ERa DERMAL _ ry U 1 CONCRETE CURB AND GUTTER 11 M1=51100op - — CHAINLINIEEARBWIRE FENCE Slum Reim foIloelon A5.1 ,50 Nen Mond Son,1 1 1 CCNCRETEDRrvEwAT• \Vs.\aUCRE 23 Reel .5. Control 000ldonfblrel SY 151.33 '.".. CONNCRETE3500 Sed Fenn 88811 end Perm,r 3500 —55— WASTE 5.7=R51E STORM WATER PROFILE RIterAR[MatdaalNInstill and Pmms AoH IRill[c oem ARUM ensWlend Aw ei A ti 3 119 �' I fla 1 0c if-? ! aa Rtl' u —N I g p —rte —12 0ATegu1E DMINAREIIPR0VCIM1113 IND. FENCE W— WASTE WATER UNE a1 d0'S.103HPSty..PIP, u 1112 —85— —5r— STORMPIPE WATER L.PROC. 62_ and S114 II ® WA az •..N isee inwamr,". ,un e1 nRent 1122 —W— Rz Nem,. HIRT MNNtly —WE — MAA --- RDADrrnrYnuGNMEZTr cE2eTERUNE u hrld_ o —E— —.AE— OVERHEAD ELECTRICAL BORING B5 2 R umm OmPoctd O Ad 22 GAS IR Be 256 RAHNA ...Run plw[demo51.1ry 1)0 — UND u aeEPwcNE a Aft OO&1 PartAd0wlaerm Fnsaall and nemme —T— PROJECT BENCH 'MIK FIBER 51 s• xops2I —FO— F panel of Dray.. Materiel el Cleft velmrvtlele•WIII C BS _BB —— FN CENTER DIE Q� STORM WATER MANHOLE 111.1 512212;: Mnnlen 5,, During F•rxxenn LS 12Tempera N'Cons 185 on Fence WAN, lend mote LP 2520 WASTEWATER UMHOLE M.R.N.C.T ECES COUNTY 5 IR aerial upewrRPe R.O.W. WATER VALVE 510 we Nlon0fo•ounennope[d 117.Wtee1.14a.A443e 11 1 a ITC)RM DRAM MANHC.E SMEARY SEWER NHOLE FIRE HYDRANT �MA 5; TELIEBTBE MANHOLE p WATERL.IECONNECMDM ❑T O P110 CUM Cllr DIRECT1O0 I- GUT HIRE —1GG— ELEv. IN FEET SEC11ON MDICATCR 1* B31 -PP POLE —LT— LEFT TCP OFOURE (}° CONCRETE Lt. -DIPOLE —in-- RN3HT TOP OF CURB 11. FP V -=CONCRETE POWER POLE PAVELIEN5 GRADE LINE © ELECTRIC METER — RT Raw — Rq f1 R-D.w. SHEET ROWER WHERE SECTION IS DRAWN -5- RUSTING SIGN © DAS METER — 20 YR HGL— HYDRAULIC GRADE UNE PLV. INCYCATOR GAS VALVE PVT POINT OF veaTCU TANGENCY ACOFG0N1L DETAIL TrrLE ® MATER METER P11 POINT CA= VERTICAL INTERSECT. SHEETS WHERE ORNYRIC 15 50"E] D. n GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) LEGEND F.N D ELIMMARY OF ESTIMATED OLANTITIES WATER VALVE PVC POINT OF VERTICAL CURVnnnE MULE FIRE HYDRANTIAPPE MATCH PROPOSED PAYBBBIT ELEVATION CLEAN o!APSE MATCH SHEET WHERE NAIL SCALE OW DE NL I5 TAKEN SHEET NURSER WHERE © ELECTRIC BON MPFE MATCH PROPOSED MISREG ELEVATION DETAIL IS DRAWN ❑ REG UGH0 CAMERA TOD TOP CF CURB PLAN INDICATOR I GRATE INSET cIPP cuREORN-PLACE PIPE PINJ 211:7 EC�E EOOE OF PAVEMENT SHEET NHMS} fit REFERENCEDE1OanNG TREE P mum P.m MFR.PALM 1Rff P TOP CR PI Row CRETE ELEVATION —PLAN SCALE SHEET NURSER 1507701551TlEI SSIS I V . 1°°' 144* IL 141:140 ‘111 p PI *V 4 7P. ' #.. ' / ,--.-4% 0,,,* p. '0 fo,' ir' Atiko 4,0% 0„„ „. ______--J , ..QpP� '1 yy p$VF: ., 14.4.1 %IN .„. , ik ,41410, 'c. # *# - AIRPCIPT BMX Pr - r,) f GREENWOOD DRNE� STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) 'ROJECT LIMITS 14'°^ 41 vaNn mi osxmi 'ma ¢ sane pe ycrgae ( 1PROJECTLINIR8 —KP— ,STM. lE, UNE [9x °THEWS) 0 3100, « TEx �u,HDLE [x/' DTHEA51 �J "°m 300 200 100 0 300 —xrr— PRUFv2G SroF WOTER UEE ■ Px°sc�E; sm,Pu ..aTE=. x.sH01E GRAPHIC SCALE: 1-=300' I EOEEELCCI lEISEI€ I 6_511122.1 .2J.1.0.1.2111 rawmarrs sIar .. L .3 . P. 2.5 M. C.CWIE SIC.M.55.5 FM, F. Man5M. 5.1 BE FO F. ForEt INE . F ALL ... a.. P.M. TFT lb PM.. gP05.5 ErE.. F. TIE Ora.. CO.. OF 'DE .....21 BE 0...2 M..: REC.. TO TmE .1.. T.1.M5 ZFEVErlakE ' .....E....... OIE.Eg !.,aE T. m... 11.1....F.arn..... •.,E : 701FME,:.'..1."" m.o. Fincro, _ .2,,,,,, ,, ,,,,,,,,,,, E. AL ..iE. EaLl'ail.. E. 5 .1....,,z mr. n .i, S 01•11,4117..3.111T1 5 .ME ...ED ON.. are.. TIM MO E.1. ONMETE ......, .11 ErGE .5 3505 6,.. Fn.. „,„„„ ''''''' '"'Er-Vre' en" Ogns"L'inTZleVterra sireMT=LA T • '''' 'T ''''' , ....1,11. :E . DE... - YIYA.11E 51521...EL-11 -E. 2111 LE...MT - 1 - . t . F.12 511. BE BLEM . ,..r '' . ' ..r..... tnr. 'BlaTE.lia:Varai.%1Ft. arm.. .2. 5atere.20 AM.. - alaina O. a. OM. am.. ar 5105 ono LF - tit t 1 I!0' 113' I a .727.1"Ea'Itri Loniir F7r57.k115.7 M.L:Eip. V& ar.i."-ggi" UV: 7..n.• . ..g.:2% .z.-.z.; ° - - :- ` ,,u,.„,„ ,,,„ „..1-aza E BE nE..... FE Earn .5 . 652.1511 .5 0.111 1 L‘ , •LL .7 OE ...Ma ...........,.....................,......... INE.c..... - orofton Das nc. r.,..n...,7, 41.q.1. BE nEjr...,1.nEml......a. CE:ViE"'IES5'07.&NTL'0'.%7T2PIEVrtC=PIIIES rr.?. OUTZT.THIMILi..% la ., 2, 400.. 1.020 La, 10.1.011 ma n. mos ..... ..0.11... '. ttel.lren LE- ` 'ILL'', rrEVIP.62-ZuM%Varnit.`22 ' . E ::.1.5,02: m .r. .4 ..704.1.E ,..,71117EE L.-. EFE.,F,,,,.."-B:Er ,H51.E.E.-.-.S...%1TmITF airante.117-47.1V5, FT M. .5. .1 01511...... 5.21BE BEIME..nm csAsi 1.0 .... 553 ME.. In 2.. OM. OF T. B.F. 5..... „.... ,.„, il:Fi F. 677Fit;',51:07, IT': ' Er. 03.2.. C49 _ norm. or .1- sac amaron cart La:v. F 7-ern. hit.. - 111 It. we rw- ........ P.. EE racor arrnms 5. mu ..11. n .5L F. IH E Ott 21.. . ...s - r. K. 0.0 - 1 CO.... MEL ...IF. FMB Kni CA...00 .15E=EFTEE pice214-= 1.1., is Wirfr 's4EZ'rr':: s A alaiTTATtinlrfialre.s.rrs, .. .„ „ .5.-Maa sal nun a a I... Bram - RI 1-Lam B.. aot ont . grnsu - ,.‘,. 13 omarETE 12.JEE1tIWJ Et!f!)51:11, .1.-MME 1 E.172 55.1.1.4.00..... a 1. k 511 0. MN mum. os-r-IA-mus* .1. • ro , ......... ' 't LII.FTR•17:Ta0:13.43.17 51........ ...Durr-m-kor.q nEr- 2 E. _ . L" . T : IMMO • 21,1A2. APBBM5 a SE, . m. tr . % ff, GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) GENERAL NOTES AND TESTING SCHEDULE _ ia. P 7 1'OPT'ClrilOOT'S•Ilart.11:1DT"OL 0' P T1 TrINT1171t/ STOW MD . a.m. nwe. All OF WM TO TIE OGIO1Y-T1113 FOT .......... ON.7 sr.. unire no Asn flEmml. 5.. tr.. 5/ a . Cm) ,, 2,, ,, 22, ,, ,,, , cr ,,,, - zo 0051...LL .FE TO INE E.,. CIPL C.W.O... Mr......511.1. 2..7m.. Ben 25110 Sr CC axe - ......t,o,,gm-rom ro. -ra 15.5.55. me menm an 12131111111:11. , „„ „2„ „„,„ „,„ ...„ „„ .„„„3„....,„,c, ,•,„ ,,„...., „„„..„ ,•,„ n„„ „ TE1.1.1 1.... OF SM... O0.5.223 . B. TER ta...15 ....1.12.... INE Ea.,. 1. Eir • .E-TE. Ea. MIL.MO . naT 15....a. 5a'''14% ''''''' '''''sr 2. ...FE 0557E. 522 BEI...E. *Am E• R TE T , E BEE. TE. .0. CL. 15 SC D . EELE liA13 9.1 ...1:c1.1 5111..., E... ol I '. NU. i 6 N. —MINIM ) i 1 � affaRrMST aelage1.131 19_" n Ali ZF artru eE. umw.n'CD LL aM Hee AU , -a k 11111111111 . 11111.• •--mm -- -- -- —i -- ii —i MU.' i� �� / -- -IF C --- mm -- mm -- --`--m —i N — - .x -:r — - ii NIP 11' "WA - m �' --° - � "mom —'moms_ ---- mm E- 1111111/ �' .-- == == -- -- ----c-- -- -- _— ---- -- ---- -- ---- - -- -- 1111 - . ..— -- -- — -- -- — •:� �� �� MM MM mII Ii1 III I I GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) PROJECT BENCHMARKS AND MONUMENTS ik "• - • W MerCaLeeRM� 1 �� IIII 1JJ1 1JJ 1JJ 1JJ 1rTii Wim• iii � L--- Ill A111 - == �II - -- -- -- --- -" - 11 - =-- -.. - I - -:■■. ■■■ - — - -- —i -- -- ii -- - i -- -- -- - - - -£ 7.1m= - ii_m r mm m - - IM -- -- -- MM ■IIIIIrir - - -- -- -- -- -- -- -- -- - -- - --- -- -- - -- -- -- um=- i -- —i -- ii -- i— ■ C i i —i i — ii iii i— 4 f 11111 ' -a -, f , T T T. T m T rF 303, mem. ve saez ewe pe. we. Tem wo a saG Pam. -- A..e ee g, GRAPHIC SCALE IN FEET , am nm. e. w..0 w.. ,....L .....•m GAY FARCCT f [t osis I 9 cimakagi AIRPORT NMI" OM1, { 1.11 I', . .I I I C I, ii MC CITY of CORPUS CHRISTI iwwwiformi TEXAS awe Deportment of Engineenn' 9 Sentices om.. e.u.<m 1 1 I I Ii I II P I I I I I L 1 I { V 1 i — 111 S i I . 1 1 Ili M. 2 74.17rCESIZa2111. ENS LINE eunr 300 200 166 4 3c or.....Os .115....S srNie __ __SEM SS LAI lw I'.. \ I arts GRAPHIC SCALE: 1`=300' [AY PMVCT l n src :Y� v`7,c.:_:"....,- • "411 • i 07- I s ,.. errs ■ 3 10 I 11 14 r 1 I m I GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORM WATER BASE MAP ESEW I 1 II 1 L-- - },_ s mo STOW e,,eaaw MM.n vow em w0 sssv nam w«v'' .306 200 106 0 300 D 06D4 41.. wilP D MU 10 Oleg w vs�ww rrm f\ \ mcrum ma, U.1.5@ —�_ vu. .w GFWPHIC SCALE: 1`=300' 3 yl ra FA YCCf 1 El 0316 AIRPORT PM", \.' TT GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) EXISTING WASTEWATER BASE MAP f r.- .A ,�f , I1 I I _ 1 - aPP ---�®- a _m _--® 1 1 it a _ _.. .! ;:. _ __ . I I 2 / 1 / I 1111= LB. wr¢ inrn 380 800 166 0 3C-0 or exmmn cenc . MA..e m __ __ eman r . em— .....svu N ,,. I 1DL.. GRAPHIC SCALE: 1`=306' 3I G9Y FFYCCf lnerc Y11��° '''k y \''''! y _ €' , otoC AIRPORTB � -. ` [ % pf3 .. .._--- I e ve' I— co+[wvnvr]slim t E Ips@ R ` I /f On 40 I I GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) EXISTING WATERLINE BASE NAP h 111b I k 1 La 1 i I ,_ _ _ _ __,_,_____7, = 1 -- , --0.� • --R�lti n. ikr •� • �1rR 6�n • eu. ��. ski _. W° }7e �I eta j $yk q5 +W 1 a i i il 1 1 3 ' i , MI. MS ne maw I., mw.,* 300 200 100 0 300 ENV, 0 �I Er .,.m cxci.m __ d .,y __ __ wArsa w , nlE.y N. 1 an. arcs GRAPHIC SCFLE 1"..3001 1 GR FRY[C !n831E A10 r i4` e mgrs sIar x,. ca .. a l+ 8 Anil' W ANT O , vunc LAIlit I 0 i 4t p di IP ifi :1111.1015237 RA A0 EEG SAE ES.. n EIA so .. yJta 3E . ve a1g I - .' E/rlwsi. me..l �, 4 v$ �� aTw -,2.72INa "°'• ,Ilmay. al ?� m .�YVy,:. I$ s�� 1 P� Y �y. mj0 r '"�• Imsr. wwn euH� as warm, Y GREENWOOD ORNE� STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) EXISTING TOPOGRAPHY (1 OF 3) IA 1 e , ti,I9I o A a umu AEE NOTE of 2 00.1013.nf. 1.313.01SES ILO. OLASE RENEE. EA A. EVA AN OS ISTEREVIE SE .1110A ES 13 WEAR TOE RE MED SE LA 5.0, wr{xac im vmwaL ERA RAY rest EINE TEA EARS ID OWNER 2I221 E. LEGAL DESC RIPION NVEST C.11 CORRAL ICORPUS LYLES ANISES IRK 0 LOT 1 40 20 0 40 3 DM or CHRISTI CC IND SCHOOL MT LiLEs ANNEX ALK 0 LOT 2 4.231 GARC•2 J A SCHOOL - Ex DU, 1 LAT I 3.0 203. a CITY or CORPUS CVR.STI PAISLEY HOROIi411 22.23 Acs OUT Or LT 3 SEC E SCALE=1 =40' OA FAOEC 1213316 I 0 I 0 / ,� 1 iifi t ouvannarcs 9Iar .. 11 t R 1'11 N ,yrr^ 1 4x .E r Ial 1TF ' . 134 ii gill • 30. 1 may. A 1 1 I Ifj} I,31I 3 , • R' • i• !ii GREENWOOD ORNE� STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) EXISTING TOPOGRAPHY (2 OF 3) IST wEF1L Ism wE :1r uEb A m553 Iroz sow, Ame Ai IL. rein- asaxygnn. ME CRANE OPMEEATS ME 9F PE 69 � 1IARE Sli] 10 OWNER E RAV LEGAL PE SC RIPI ON ow° (SEE LEET T1E` u n�T ,xa..uc xriUc 5 CM' OF CORPUS CHRISTI OUOENHnu x COHN TAM LOTS 15.1246 ACS OUT LTS 9 & 16 SEC 5 40 20 0 40 SCALE=1"=40' Imy FIY Cf! E16]TE -1111fr 12 Dur...I 4. If' PMP"' ` T o ' : WPI I. 2r ;P -O141 •' ili .., �\ } :..; . r 'vlfr •I#. asR• fpm ya a+Y .• +I ti + . — 44. GREENWOOD ORNE� STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) EXISTING TOPOGRAPHY (3 OF 3) wLL naafi V \ J i ° "aY.n''1 g,',5IE 5,5E, 5C,F2FMED 012553E5 21 - IWTE orms ME l. I0 OWNER WARE f. I I� ' .111P1011 Y �i fA EW T 0,05 / 5 CIfY DF cO P41S CHRNf r.irr nP F55e0irc runwu FAISIEY H9FTH/H 22.231.15, OUTDr LT 5aid'[ NFArm•riu a. rnux Pavia rots is nu ars ['Ha !PS e . . «c , 40 20 0 40 SCALE= l'=40' 3I CAY FFRCCF I E+831€ I _ _ I T r4 VJ 1 a Y 2 2 R I R { int: 71 MST I MAY '!....,--->->-,..„......, commies slim . 13 114% ro dj... ,,, xuxirw I .7.....,.— o-av I r I GREENWOOD DRVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) EXISTING UTILITIES cm II — �i ti0:2120b..:v. .. . x� pa ..:e Or..oq 40 20 0 40 _ ""f` ...mew.. me —e s— r ,Fn.,.la ono4 SCALE= 1•=40' I cer venrcrl n8316 I . 414 •7 :,, , . k:. -7,-.0e' ...,.--"7.- P .P. IP AAP '- .., • ' - .• 01-,0 • - /11. -J - t.N1 A., NI)/ 't * -'''.•••ti, ' 4- . ,..•••"' . ... 1.' • ,s 4 • -.-- - v• - -••••‘, . ,_ ____,_ o rarrs swEr .. ' G •C F %a (1; .2 .,,''• .... ., 41: ...._ . .= nt2-&`• ' _-r, 41....."^4'...- * _ .._., ,. S •- i ' ' , • • )114 - -..,'. 4; P 012. P '-. . ) . nE I -- 1". I -,., 0 1 , ......- -1 • - t \ 11-7,7;:f:4-1 J - I 1 CITY of CORPUS CHR1STr TEXAS Department of Engfrteering Servbes :',.••,, " !lib ''.71I.L *I* " '• _ , • ' r I 1 I ' /1 \ ! IIN ! I /,, ' l'• 411, ' : • d: G: i. \ t. "--4,,, r '.....4••••:•".n.Z•r" 1 1 .• 1 1 I • I...., 1 4.".?:.„ '.:t.;::',..1 4, -^ ''' r1 • i I rfri 1 = -II , 1--- ,._ i r •1 i ' F- -7_71- -. ,i'.., - -. - ri•A • • u .. ---. Ir--; EICEIMEE.E. IT'',"7.7 I 113 I E Tre, -r I DI1 is 1 1 I- I ES l'4;=1 0 do. • -rlEcrZs'Ilifig!'sgrainfrilw Uri • E-E.H•EArElE1 "ElOYEErrEPHAT ..rE UTEE'41I.TE:TIHTIZIETEM Cr CH,9 ' H•IE •;SE09 OWE) STO. WEEP MASTER ' • Mil 1." Ix • 5-. •R -I -EL .5 CILMAIL, iD IC I, .• 1.1.,E WTI EE LITT . L.C.,5 CI -F. ',. i 0 i •-• El E 7, 8 • ,• \ t I / I I 1 .! I/ 4 =...' .1,:': \ / t 1 0 1 % % t 1 I / I ri i < 1 % k a 1 \ 1 ‘.<'• N .1 j__:: 4,404JILL .. 11. • plr -' IMP g HI Pt 0 • 2.11101 I i 111 : . i -,.. _,,, w. .. 7.4 •-- .E "'REED) sm.. 'rEEEHAT1_,H. A 410 L -J.-- ,-+V rr-E 'ITEL'IILITV Nrz-r=E - =Eat T FF. .1:!OrET'VEE FrrE¢I C. THE • I E -......, EMMONS rrEl ASSEEED DRAINAGE AREA E.311.113ERY l'ArrE --.---.. , - *Lae* r gi, ,.• -MRS !Nor ;Err arm.) , ‘TE L5,1, LSE nu EAR, M./ HERBS ' . x • Q....,.,„,„ r ' 1 :-..TE 1,,LET (E, •,2T1 -E21,-; •erEr.i. n. cre oF an...n-1RO rxrxr t;retrtts-tt • ! "I• • ,.„, , - E .E'rrEE qr,r..... HErErEE MEW T. 2-M.- 300 200 100 0 3.00 .'—'lmui...,-,,,, ... , GRAPHIC SCALE 1=.301..-' 2?..dEET LEE2 22. EEEr FrEIMFE ra1.17. ., .. ER Emb5rE,E 216316 e .r.F::i 41.3001.5 SA.. xn .a,. mmvns LAitinrwn aw =la. .3553. 23235.33 m 055,5 nal. 13.0fla a 41199319 5.....3 a Vnxxm ems xw.1 2..30 in xa �... frxl wnm m.. 25 314119 NO. Ea � BaE in' � >rE m iq a a a5 xBl asp E BE in B B a 5.3>eao .,,, a no. :.s,a M...1 so.t}'. nT ra...r w ...:.i wa.� 399/ .3 532 �.rru.n ON 6N .xy11 1,1 fmae 335 093 MO 3009 1.91 999 aara NM FY 5.3 WO 2.0 x4.135 o .aa wu msn mxmx W LBk WO;^] [Po oe ORO WO al. 50 2.1306 9w. anm am Hm »B.ia I ... 19 le 3.3.30 RAI IN 135.1d Jr.n Gamagc00»4 eUT [0321 037011E. 03.13,331.0 slim .. 15 '.a ,p .1 b' • .1 FI lk fEfD CITY of CORPUS CHRISTI wee 7EX45 �., n.= g. Deportment of Enghieerirg Services °m"okodom , eff pq yCTI EY 5316 mor 'P., ;74 wx so ammo e +c w• x'o oa . arm amY aixP onaar na am is ma 111 xw w n pi ov �w Ka rw) 00 jilt 01 aa1 al m aarr uw 117 nap rmx ` un, ma n.rarr E.utv. it 4 11 6 At 1,11 a •xvaf� ryortfoxaN ixtga pn fa,w o cxi m 30.0 mna "Eran 0400 obNw Mi 0. uaw MO 266 of .c PiP " .1.1447.E0 ay.., r�n.e ran nap arriN 11.1 l [ad [Ned fN Lm} la air Aa 0 It 1.715 1-21E Mt: ram rill 114 0.p if,' ,ao tpP MO mnuar} ED se PAPPAGEN 2...0 PPE PUT 47E.: 37.10* onsumAR5 slam Ne. 15 t "4 _•:. Cl;: e:BU' lig 46 1 1se.rn R a GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORM WATER CALCULATIONS (2 OF 2) ow {%LE`Cf! E18316 eavwm4xrs si.xr w. EatiLl=,,n ORA. "" 11A. • PATER OVITFIL w =h „� IrEZ'r "I u 1323.11 8F o a, �a P a I�,F,rM n �.. ao �P PPE ro � E o IF �o� ro �xEi�n o *n 7.ro�s "El f �, ��`. n;;Tt;v. I 1 illi • ftt 1 ' n I I I 8 is3,31 Pp� �P n. n, ,w.9, \ \ e \ awx urx svx• tl _ LBO .1 PE OTT OF 01110.13 .111311 \ � .w5NM. JfTI -1 3A.C. CENTER 35,976-10.3 hs• m Rwr9::j i� R 1.24 RP H. IC.. LL ,r. •�.,fi.LLn,x Y— 11 0.10000 na FOE,. IP IF FoEn TA aanaLp moo. 31. FT ..� Fr l'atilre' '07 as' „i E5Eila n.... me _ spe 'Raman R 64.2.1 .111. HOT w- NW 0111. imm*Eall M�.?.�,:?.:. i .'r :'`-. l r� I I GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORM WATER OUTFALL PLAN AND PROFILE a,r 'a + .1 -_ IM f ap.,�v-.� We �OOTr■ , nam r IP n, o le s a x /a am z '. .'. p ry ry 0 50' 100' a VAL '1 '' hl car nRx�n: I n6313 ,___ ....,... Jr m.� w sar,ram ca�� w alma me a� .ter MN WE.. +av �! G commarrs slim Y. is V. i EL. FT L Ma [TIP.) 1 % la 7 pry p 4 _i_ + ' lb .9 WEEP HOLE oEnLL r+)- ilk ine e • k wwami qIIIIV RAN OUTEALLarRUCn1. ret m e 'Y - Wim' �¢ ill ' L .34M s/f n• ;7L ...TOE.. GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) OUTFALL STHLJCTJKE AN❑ TRENCH DETAILS wwin., mu. ma 9. ,,.., Fr�R. � we . +IP L.FILL 10' yr 0 sec w 0, r .cH1.TAL3.cFwsrn. 912.75-ar&19.e5 hl wr aar xrIE1.31G e2��Rxi lT_, 40. 19 "—Ism 511T 12 Pw. Iamw. ,4i ; y Nii ta ■ It C�� ■a _ TMs �.�a r.[WI S—en --•m• an �•rr —. ,fes/[/ n AOpI. NU 1...E.7 m nr11E SPx� r1¢a BY wP PPei r�r. 1� M' L Y EiglignaM _ ac G.. IT.. .wAm I_I!:!_!.22222 I m GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORM WATER AND FORCE MAIN PLAN AND PROFILE JI IcxR�mazx.n: M ura 131% �I�� ltarrr. I _- -_� --_ IIT C m .w 6II i 1� -�- BACKFILL DEM, FORGE li.i HNC --- a+ Ilia -III dEk PROFILE a 0 2a 10 VAL 1 Ge2 PRO CT l er 8316 1 `117.1= ''' •"2 r " ''' Oaf, RE515,11Era.11. vatul ...ra MEM, . 599E 0 MR SRC_ BE RIB NO Leman 5 ai•La a -- 1 r 5- • •Nch.91.5 oF ea.. 9,,E hi WI ..,- ...1515.1 [ • rxisuvues slim .. 20 Z • !. ,A9t P. rao 1167:7 1. 1...1, .1rE11111111i • .. 10 9. 97 Mr. 11. . CNC 91.. ••-• V. Al likl• IIII • • • 11. gill T R a 1 R u - . Al - -I ',en% Zrrr' . PPir .- , ,...,.... ,..-„. ....,/,.,.,;..? -....-•-•-.-• • i. . :.. ,A..... =7----,-. . 61‘111--INEM .. ELM A ,.::::•,tielilik.."...jid 11)-4111166-14111"14.57M , .. P.A _ ' el % 416 1 1 ; 11°' 10 R 7crAcT.Tx:reLt • - - - immigm...Nin AIENSLth.. vivnEw. TYR 6 ' CURB & GUTTER •''' AIL ' 4 CRF... & O.:TTE DETAIL TypAzzogirirl , AIL • - 'A HEADER CURIB DETAIL TO• 10 • TO TO• ' • 1971. 56. V Eir MP/ MS BIM . T 1 , maRB E., am_ 1•110399.51.1AJO 1.• L''' ialre-...9. ''O.IIIMIPEijlj . :'''. .51.11 0 '!. Fr . ; ',.- 51E, 6. .rf. 5 attar • --1,44' triii / - . iramimi car 5E•L .- . df -.1-r .1. 411•Mili. , . ' •99... ..-------glE 11•==1M1 A M.95=.1 . , Zrn..14'2.' F Firigh6 .. CAP DETAIL CAP SEAL 21 :LAN .111121119...1.1 EfricilAiniarigl,, ^ SECTION A- ' E R , TO NEW CO NEW CONC. TO T. CONC. 619. 95 S.. ALLEY R DETAIL , co TYPE "13T HEADER CURB DETAIL . cg. _, cam. M. ....LE El RE.• Ed•Rna a ' .....w.rma•vamma TUMID Ewe ER91.1 ... V T N- %RI ' - EU E.1511.0 ...;t:. 4--- --• gf...x=111. I. ,,,,,,, , .„, ,,,,,, .,A r * ii . BOR. 5 125 1.0..E E59. 91511 Ea/5 5••••E9 .01 .591.1.1. R9:•• RV . / • la GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARDA PARK) CURB, GUTTER AND SIDEWALK STANDARD DETAILS a a , s• 111.. ...., c.:„ a ERB • ...' :...r. i. oaa p:•Earra ••••••- .R EL.., . a. 1r cum E ., L. .,•. = ft;,'- .•-nr••"'T .7.. . .4 , °••••• . 4- 111EN Dawn. nwr PO. ••••• .. ;•''Y • 2. MPS°. 4.4.= MCP 9.1 119 W. II 911 WV A BMW •90 ai ••• ... ••••••••••• •• 4.-811. • i 11 • TIM WHIM ••• , . • a 91.- MI E.11.9510. 911 BE RaTICED 95 Jr , v -L'' , PIP' .T.: ._. •1•111....16•10:•31 4 Nows'um420,x" 1 _a.' .5.5.5a warm ..:.:.,:. : .....--;;;.• :•,m, :''' SPIS cmcnow ••••••••• ••• •••••.• , •O• ••••• 99 9141. CMS. •••• 1119 .. 9 iFE 5.5. • COMM ...0 111.5 Ev " 4 *ERE Ka W. C5 NIXE9 V. 5 E.V11..R.M3 ainar9B• wrim me 5u -r .5. BE me Lam. me 9 BUMS R/ DM MIER 1.9£95.511E a•ER GER5.111 • --•,--. ' _. ",• 11.-,..g PLAN co II ' r .4-'4'gr'sfegsil -511.57•55.jaa ' CUPB GUTTEr4 TIE -I\ DETAIL - IEWALK RETAINING CUR: " AIL PLAN FOR SIDEWALK SIDEWALK DRAIN cg• 'cg:,,c.'"'"`"r••L'-',13:0::cr''cralT`341=crLW • »cc cccuLc 7iFF:at 1 Ig• cc wr To sco. MOZIT=r8praTT.1 '1.141,?4.t1TOTr6p.. .1 01.55 15991E. • E. .4.11 mg.... 19,,TE .945119 'REM 5,51116.05. ME 5111a71 5E.• naR,ETE ATM, 0955.115.1.1. MC • T ac c.... ,•••• atir.gro•trLio.3 ' !ra t . ' Z..T. -* , • anc evu, , a .aapAcriva Was ..V. 5.a. Ra. Ra ER,E1- .515555 .- V - IL. .1X9111 ••••9:,:.::.--:• •••.. .• - -1 7 --- Ar mimeNtr---4rew 1.X.. =CT'COITYCTII'''' 71 , .1'. 13•71,11, .9 M.P. DIO•9 .. rlar•O‘r•Ne IME1 . ITNAT•rl'•••-•1,9norAnrE,.., 1.• ..;.:.., if V imiamhhh. /A •PW. eer& \ EW TO EXISTING SURF - '71DEWALK SLOPE BEH ' GRE SIDEWALK TIE-IN DETAIL SECTION B-0 ow 50 frau am 50 fn. ROT 5{1 9.591. I covsmarrs .n7 r40. - .::p ..Ii •ti. cel £: SSV: p..] 01.11 - sr so£Erre .1s®i y - "D" § IM x.m atx of _ BARS C BARS R Pncx! Ilb \SD 4dell t y o m �Y E Ai CCry ■p. d J -: '�¢ DEE oo e 7111111 " 5ew A f. o-.' v k• wrs v r v ... r ea. . u uw. ue .n•-e .n•-r wr-r v�b• tea PLA 5` 'STANDARD INLET rh ar-.' an'-°- ver• .n-r ws-r v°-x an." 'LAN PF POST INLET r no a eE£V Enimcror NOL 2. Hain lo aaµ.H�°'r N, at. ° RA PER 2r0e5 a-a¢ae, Yb w .t. we r.c i- in. -w xao :::� wvngr} r-m 6. Oa 01 E. - ttp i .• _f° I a o�����ljpuly'U . so 1/ .r ._ 1114`4`° I'I r II 11 '11 T. n¢av ax r+aar o I ,�l unu 9s .. acn:° mass ••-...• .fir F'LAN VIEW GRATE BLOCK 11.1r 4ate.,.: SECTIOnB ;g,. Pr 11 -� GREENWOOD DRIVE� STORM WATER IMPROVEMENTS (HECTOR GAIRCIA PARK) STORM WATER STAN)ARO DETAILS (1 OF 3) b " PIC KSLOT DETAIL c SECTION A-A .. �w=.a+5� uwra ...LE GRATE 5 ECT1 ON RING SE'TIO 'I PLAN [7F • DARO GRATE INLET • �•• � •- 3333 ea° CITY STAN CARD INLET AND SIDWNJC �'pM;agi,l+'" °°r A r a»Q ¢' .: [ r� '". MSNHDLE RINC & COVER CASTING DEALS N9111.11 0 - 1 = m OFM � ¢ .0_, )11,110 OWLINE TRANSITION AT INLET FOR .M A,,,.craw rms.McoorormsE senar,.¢,r 4' C. =' STD. C..RR AND GUTTERMEL 1 .r�."'.6....�15e ,E . w a,.a,E..,. �. SECTION C-C .a, m erg 5n ,e s.," 3I ear venrer! n 6315 Ca30JLarrs ala. 22 I w<mwuk - I f 1� I I 1 T I' 3r SCF .a Ia+w UAi 1 �u�-.ve. [m Ir ' � r ,. I �� ill' S,.:S„a �.m. r• I Iii 'r nom. ' Mr*A+ { VIP t1 ,f th P a m 11 j :ri i 1111 III AT -3 411L. lahhi.... AIM 74 ...I LE -.ma 16MMIIIMA mmlihrIMMO lam... Ws Mt Min I I ,i i, Illidur' I miliall - KEYWAY �o� �, DETAIL sae — .... .o �5p�f .. . T1 -3E "A" VANN DLE T11'E 'd• PM RHOLE T"I'E 'C' PMA4HOLE TYPE 'l]' PMANHOLE nammue LP it.... riPPA 410.1- ,,„„71,-,, r a..�,e a..,.,00r.O.F wo mFrr mr xx..w .,.vu ne. w'us� Q ...�t�°rM w«am.,oal '� 0 YiiK f d � � &v:.`Ir n �c .. CCVEf? aACK PLANVIEWPICKSLOTAIL 1 .3 EMU MT J ■1� ��MF Ift �. !Iii :a ww. �,nom. •. GREENWOOD DRIVE� STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STBRnM WATER STANDAR] DETAILS (2 OF 3) .. Euve n r Ea� I�I . 'n'a ... .� L.•.aer->ne.re ,R ,� _1F. C :ik"r— fiZ �� N, s.a�eawcJ �� .1 . �e �4 e: ra '5. ar3rc� ,-,r_ tremsira•tR,Nwatlaosx3rr,:wesell,. .. COVER SECTION FRAME SECTION Zs 601.1,0 mOr .m iar cum txw Fa o m a 5n0 aw -e.rr .c.... CITE STANDARD ROADWAY MANHOLE S€CTIQN CTION........61‘...14SS€CTION y_ RING & COVER CASTING DETAIL TYI'E MANHOLE TYPE C MANHOLE � F TYPE 'D MANHOLEDux nu, wr .r.. � ym rer ro ... reF To ."F 0 z,,. 0../. •a ..F Fu 01000 s 0B011L HOIF, FR 00011E MACE STRUITLPFO; 31000000.301E 310. 01.00301651.141 5= - Ow A. nmr am 0rnw r.a.e MPS =OM as NV IR/4145Y'. Int 41/1 wFre imvoeaw w 51131.n WS. 55/53FF. 1 £,..5.3„n50l l/, 4 1ff5E.5..,..5r,D556pwE55=ST P5ra , OrI5= . 5.1E55 OWE 4A5/. ,016315 covsmarrs 9.-r No .!: •P v, Pmt wrn 14. cmr. [• 91F 1.ui ' 'Mi.° 'm mo-u ,n'�°ew pmc s--RA MEM II)oocw.mnwv'9iK11kizi inar > ` wm...m. . rime. ,..,,-...-.r.-_-3 ` a. re.e .. ,i4 Hmur..vac wA� 011 .� �1 PLAN su..5. teu o�.om. "'m �A9 '� i INLET THROAT EXTENSION PLAN ""-r ma aroma.�"T i..o�pEpe ,•B traL L' 21191291599221422119119 ......,5 ,5- ti e�.a . ,trVII1„�,.,, war �;, % er REMOVE AND REPLACEpTOP PREP. PIPE TQ EXISTING QF IXISTING Cl1RR INLET DETAIL R.C. �% CONNECTION QETWL NW TO WALE 1r7r 1,1 %Cr ... ■ll e r ..Sr.: irrr `°.�..� i_ na” li ine-4- lii'.. _ ..ff 991=9.1.— � m.. aJ ' SECIIQN 212 ...4 %ice — —`— 15�: .�.�.. , -,••, SECTION A-A MANHOLE RISER DETAIL 1� Ili LIZYLV...-MiLcroiaL. T � °"F""""` `°'.1,,n1 mm Star 11191 19 9.29 EXISTING R.C. PIPE PLUG CONCRETE COLLAR DETAIL AREAS MEP AREAS ARPAYED LOP ED L UPMED EAS 1 .sem ,,.,, v„9 „,r„ 1 1 GENERAL NOTES FOR BACKFILL ATx. GREENWOOD DRNE� STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STBRnM WATER STANDAR] DETAILS (3 OF 3) re BMww, _ am. A' ...M 1 HILL' YIt MO NM WW1, IV 6. 99E TO If MAE PPR PA OflI lu.TnTE. Tlim Ix" .rnT =VP r' . UNPAVED AREAS PARE] AREAS c yN E w'14%7.. 7 . - r' i. Z9h � ralarorsworsrorwro,orrnissarratorramerwarksiarr w r.922999 2.99 99,em .Anew c*ry rw ,, m.Rmn N. ru.�.� ••s••I.� orre 112 119 V991 91 V 91 _ A: swn we gas ELM rm. x[Ta[o_re1 ]l: . I 7. uw5u ,y y �uwS�P (q _.�s s mssm 12 �acalw worms., u wsm smrp emir .an wa mn.a mmwr iiraRa l vw . ...yv¢mwuA.wx e A w. r.s.om:¢ M¢ wra. wwmmwmmkT.wq .pre . : � Y. SA A .w 2992 n 92. NNW 12. 2,2211921.9 tt�we vw� O. =114.45.31113 9•1 TRENCH ELRCKFILL TRENCH BACKFILL FOR STORM WATER PIPES FOR STORM WATER R.C- ®O% CULVERT mynag5e•n..w aw..prAovg >9. m• m »a, m e,,. I car Raircr s n 6395 rauxrrs slim .0. 24 '�u' V �- HPP STORM TRENCH INSTALLATION DETAIL (STA. 9+48 TO STA. 12+75, STA. 19+85 TO STA. 21+19) TABLE I. RECOMMENDED MINIMUM TRENCH WIDTHS '®' PIPE CNAJA. urFa Ii WDTi ::::.;44,-/::;;P: FINAL BACKFILL _ 1111 % 1 4.k t p fl �R MAXIMUM COVER SELECT NATIVE CLEAN •.:1 Yp,^3. L: :' 6' ABOVE TOP CF PPFE4t q. • :=' SEE TABLE 2ta .. •1, SPRl1GUPE ?'� ' � CL ASS IMATERLAL TO (1` ^) ^)- joyt:ekAt R -'1N, e• _ _ _ _ SPRINGLINE OF PPE NOTES: ®�,,� BEDDING r FOR 12'"24 -PIPE I. MEASURES SHOULD BETAKEN TO PREVENT MIGRATN OF NATIVE FINES INTO BACKFILL c FORS O RPE MEIO MATERIAL, WHEN REQUIRED. TABLE 2, MAXIMUM 2. SOIL CLASSIFICATIONS ARE PER THE LATEST VERSION OFASTM 22321. CLASS NB MIN" TRENCH WIDTH 1..._ (SEE TABLE) �"I COVER FOR HPP STORM INSTALLATION. It (y.120) SUITABLE FOUNDATION PIPE. MATERIALS (MK CH] AS DEFINED IN PREVIOUS VERSIONS OF ASTM 02321 ARE NOT APPROPRIATE BACKFILL MATERIALS. SELECT MAINEAN MATER AL CLASSIFICATION 3. FOUNDATION: WHERE THE TRENCH BOTTOM IS UNSTABLE. THE CONTRACTOR SHALL PIPE NAM CLASS II CLASS III CLASS IV EXCAVATE TO A DEPTH REQUIRED BY THE ENGINEER AND REPLACE WITH SUITABLE MATERIAL AS SPECIFIED BY THE ENGINEER" AS AN ALTERNATIVE AND AT THE DISCRETION OF THE DESIGN ENGMEER, THE TRENCH BOTTOM MAY BESTABIUZED USING AGEOTEXTILE MATERIAL. I I GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARGIA PARK) TRENCH INSTALLATION DETAIL (HPP STORM) 4. BEDDING: SUITABLE MATERIAL SHALL BE CLASS I. THE CONTRACTOR SHALL PROVIDE DOCUMENTATION FOR MATERIAL SPECIFICATION TO ENGINEER. UNLESS OTHERWISE NOTED BY THE ENGINEER. MINIMUM BEDDING THICKNESS SHALL BE 4' (1D0mm) FOR 4'-24' (100mmE00mm); &' (150mm) FOR 33-53 (75Om .-1500mm). 5. BACKFILL: FOR PIPES OUTSIDE OF PAVEMENT GLASS I MATERIAL TO BE USED FOR BACKFILL UP TO THE SPRINGLINE OF PIPE THE CONTRACTOR SHALL PROVIDE DOCUMENTATION FOR MATERIAL SPECIFICATION TO ENGINEER. UNLESS OTHERWISE NOTED BY THE ENGINEER. CLASS I MATERIAL MUST BE COMPACTED IN &' (200mm) LIFTS. 5. MINMUM COVER: MINIMUM COVER. H. IN NON -TRAFFIC APPLICATIONS (GRA55 OR LANDSCAPE AREA. IS 12' (3D0mm) FROM THE TOP OF PIPE TO GROUND SURFACE. ADDITIONAL COVER MAY BE REOUNED TO PREVENT FLOTATION. (1500mn) 11 (3 10 Rom) 8 (1.6m) FILL HEIGHT TABLE GENERATED ASSUMING DRY CONDITIONS. 7" SELECT NATIVE CLEAN BACKFILL SHALL BE WELL PLACED. MODERATELY COMPACTED (55% SPD) OUTSIDE OF WATER TABLE FOR INSTALLATION WITHIN THE WATER CLASS IV OR BETTER PER ASTM 02321 WITH NO FOREIGN DEBRIS ISCLUDING ROCKS. LARGE TABLE. CONTACT APPUCATDNS ENGINEERING. CLUMPS ORGANIC MATERIAL. OR FROZEN MATERIAL e a>.,eA154 rye R¢V.. CESCAFTEN UT MMM, CNN Jd TBENCH miTULLATION DERAIL (HPP SOM) a.. cu.., slim Oo. 2`• .. ; ..,. CAST IRON GRATE —.` INSTALLATKN VIEW 12"-60" HPP STORM WATERSTOP AND FRAME GROUTED MANHOLE CONNECTION VAPoE3. r, A 1--- FILL VOID WITH ACCEPTABLE GROAT STAINLESS TAKE-UP {2 -PLACES] SPACE (DUAL WALL) MATERIAL STEEL CLAMP -� ` -� f vJ DETAILED CONNECTION VIEW c. -__ 'd .' .. 4. � • Q. p STRUCTURE WALL NON -SHRINK PATCHING COMPOUND ` 416. 3 d N 1111 �. Y • of - 1 -IPP STORM WAL.. ., . WALL PIPE { 1 t �' .. a.+ a .. ENSURE BACKFILL IS UN PLACED DER PIPE AND , PROPERLY COMPACTED , STAINLESS STEEL TAKE-UP CLAMP SCREWS WILL BE / PLACED 1SIM FROM EACH PPE SIZE PIPE OD 'A' MIN' HOLES �MIN. INSTANCE FROM PIPE INVERT TO STRUCTURE INVERT UPPP PT OTHER NCADE , GREENWOOD DRNE� STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) 17`-E0" HPP STORM MH GROLTED WATERSTOP DETAIL NOTES: PERFORMANCE HIGHLY DEPENDENT ON INSTALLATION. CONTRACTOR MUST ENSURE MANHOLE GASKET IS UNIFORMLY SEATED AROUND STRUCTURE ADAPTER. EXTRA PRECAUTIONS MUST BE TAKEN TO PREVENT DIFFEREN AL SETTLEMENT BETWEEN TEE PIPE AND AN IOLE- MANHOLE. INSTALLATION RECOMMENDATIONS ARE ALSO SPECIFIED IN INSTALLATION INSTALLATION GUIDE 1115: WATERSTOP INSTALLATION BF (15[IDmn) OBS' (IRI4mm) mar (1132Bmm) 8.4' 163nmj 84p2P5 a 10141.6, st r£v. DESwPfl 1 BY wunr GELS -NE" HPP MEM MH 12" 58001110 1ISTEL0STOP ... car rstrcrs EMIL I I wLa1 rr, 2c a, ,.:. liaMilil ,141,0 51•I7.7.3 OFF V F+i+l1 lFWsxry � Y • • ... rFTMawx '�enmRf rGn. S o EEO r EMI& 2181.1.6 ¢ '• i �� 4.r,. n„ v k �,�,. OM WC.. Q/ CITY of Deportment ,`s uar fWt tTf E1631E I SITE O ESCRIPTI ON EROSION AND SEDIMENT CONTROLS CU®IITMrs 51090 re. 27 £ _ ; • • •. E ¢^� RROIECr I_11575. 555405 DRIVE SITIOMPATER IYPRDYBIRNrs LECTOR .ROA PARR] SOIL STABIUZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLS: = ANEH 99 4011510 PANTTDwnrE, ALLE005rI. 049 SEA5ENT 00111505 ALL BE YAIS51 61 F s 51.1118..51 If MLA 45 HONE AT THE 1A0a8_81 551E 03055.E bur 55214211047 .1_4111118E 513.1141O. 0. OR 5(00[110 _ MACHINE M10 LATER THAN 7 M.O. D.. MIER TIE SURROUNHE CEED M HAS DRIED NEWw11601.. 056.1507 9£5(121:1,11M [MANAGE STRUCTURE; 1150 510)45 4MIER 01+0 U. OLSOIEi SAPNCENLY TD PREVENT FURTHER DAMACE [RCN FEAST THHE111EA ADJACENT DR `' `0 5HAVE PGICTITY FCLL:MED er of s PFOTECTNIL STORM WATER T PRE ExVO Crff 14571151 RESOLI[(5 peEAN 67 TIE GCNIWALSOR EVEHr 14 oArs AS PECTION MU_ BE ®.001 t 14111 cB g 14 N ICR 01 ■ a (( PAN C 5 r001EMERY HALF 1CH 0 1 05151500 ORE or Il5 Etrq. HEWN.. 51.100 0 1150 15 ¢ HEM •:I1�5. TO STRUCTURAL PRACTICES: Eu1A3E HEW EVA I OEOJ do TIE IIS'( Pr1t :,EO.ALT1 1IE 015T+OLs SHALL BE 0EASE0 S.M.C1.0 TO TOE Ns A RE000r. Moi 150.1111E 2055501510 NP.05 IU]L 0[5015`]551 OLTIvITIES, vc:E1 - SILT FEOOE5 oIoruw5N05"1N1110 BALE�-CPuA r n H 1F,t _ FMK HERE DNEHTIOH. TSTES1E'TDS. D< :£50ETE0 11IE0 IQVERSTD, TSTERCE'TD1. ER P03(0ETE0 (050(5 ':RATE 5STERULs THE 010101 N *SEC, T5 5500E eu WASTE ...MAL SIIALL *EET ALL AHD SvµE [9510511111+11 _ PIPE 1.13. DRAM NASIL .1 sr55TN0Tb5 :(3511 011 LE 000111TE0 rr sow HASTE A.1647 N THE 5uw3151 THE EATICHS •:001150 ALL LE 5010111 _ RANEE FUMES AS 51ECES555Y HR AS 0E9L10E0 Or LOCAL 0E150005505 1011 10.1,H TALL DE HAULS TD 5 ROCK HENCE AT _ L0CSL LAx3F1LL HO 000915015111 10551E MATERIAL 'NLL RE RosE0 .01 1IE. TIMBER W.0.£L LTSI. E511 AT .111111151[151 5051 -_ sEl10ENr TONS sEl10ENr 050151 005 GUTTERS C.ALG.LE111U1UEU50515uuou00NE w15351RTE 5.1111 Eua0uNTL. SR._ FuE cusrAcTEIAH 05T 15(105151x. N THE E.E51 1151 CC5T510ATt3 SIL IS 0SeC,EDEO 1IE AP5550t5IATE PALL Es *51301000 9E 15100 BT THE -DM 5AA:110 1111.0 11161 A11 HAHH. O; 115* NNW./ OF }1109545 rr541E 5 LEC... - E.... [0.7x1 LOE SANITARY WASTN .._ SANITARY WASTE SALL SE COLLECTED FROM THE AGFITAPLE UNTS RS NECESS.r CP . MOONED er UM. REwunw� BY a 11[(5111(4 SANITARY WASTE NI10003E - SEALENEE IF .DSSTuu.TIIN 14'11x0 00110 NwlrlLxDSi1 511(0511(55 11115dcw1? LO alAC TI. 3.suL 51501.51(5 ANO AT 555111150(510 550 003033051 Lsu11I111 0. 50011,:55 AL HE. All 1410501 511113 AS S000 AS 11E1 A0E F05113051 1. 5TRu0r PR000SE9 ACC4630111E PIAS1 13751TE VEHICLE TRArxuw: 1501= PROJECT 3094 236 501555 1HE 1.000555511(5 IN 411? THE 550 GEOPIC .0 Tor. 4x02 m B0 e]SnN100� 0.05 5C Lr 00555 eLoSx 510451. iC ARE. FSOFm NTE HAL_ ROADS OPHPEHOo Fox MST .v9 iH iatPauL1N HE LOVER. v1 110+0,E1 s FREPARE 76201. AID APPLY =INS FOR '1Ae:mE TAIL - MESS 0101 DI 0525 PALL' GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORM WATER POLLUTION PREVENTION PLAN NOTES WEIGHTED "AFTER 03.72LET[ONa 4.04 (A.ER NP§d00.000) S wvlkrl3.. Cfl, GcusTALT. NAc.TnEs'.4. TEY CHAAY - STA0]LIOET 0011LT001T]DO 11+11110^.E EMIT," GOILINTION Or SOIL 6 VEGETATIVE 50:u"TA01L 00515501•' Aw OE-OED, AsE5• 311351£11 uT 15551 5Euo11L 01193. 115 5 OF M.D. VEGETATIVE mvFxn 1 1 .5101 GIu55 1410515SGL5 115 COICFETE 418:ti1VOE3 H1; AREA., ...POLES AN3 HALL 40A51 .41 BE GDNS.:MED 15 A THAT ]001555 1011515 E:.Eu. 555055 15 .011.1E *NN1EN1110 011(1S 554111. sr5ESu 0 05551001116 .TWITS 1£= 005;,TworE3 DT 1IE 0;5:+510'105 N A 0510100 AHI:;H 51N01[E5 1115 0:,1 SF :1F 111 P0LL.rsoT3. ALL WATER-MATS SHALL RE CLEAR5T AS SO[w AS 5RA0T1"51 F lE.1'rOSRT E0s./. 0wrs, TFLFORMY 0100.s, 0wrnuc. FALEx`Fo 0'1151 rAmxIR AN] TfT1Ex 001E 0= 05500400 5110010.64/.2,3 051 ow 0c-.xNF-1 ]4551:... h 1.1103.51 ^_Ft:ce.O LHs THAT A. NOT ..T Cr THE Si WATER FIN.EO WEN. ar1N.E AIL 50110TOW SEAS18 MD .CH 761.2A2r ORANACE SIR.C.2. THAT NAY BE TEMPLET TO BE CD Er I0E C . USTI_ THEEAUAtEHT STORM WATER 1RANAIE FERMI.. I0+ NAE1005 5 .11[7E NE 5N3RM WATER FELLING. PREVILITICN FLA,. WIT. LEST,. GOA F H:r 51010 w TEx :viFTMLL, THE ^D+RACi10 WA11 iA...ALL TO MON Any R8NOFF Flix. ATE) TO CRA1118 1361,35 ALL PEIOGTS PHU FT, r PEP,.R091T050515. [EMU., AIRPORT EITCH. THE COVERALTCP 15 TC 31621.1 ARCIAD THE HCRIC .15EA MTN CAN MGT SO THAT . N CAEE Cr RAIL PDTEHTALLY ..NTAHNATEO WATER DO6 FCT LEAVE TE .115 1115105 RELATING 15 1.10.41.50 FROr THESE .TIVITIES. 1' CE. HUT ARE 53T LISITED N3 1CTION 0'::@£1 WORK FIT. MAIER FRDM THE FIT SHALL. SE ENDUED er V.JUM TRUCK 050 SHALL 3E [AIMS TV 11(0111.. WASTEWATER TREAT0v0 FLAN[ F00 CE.SA!_ TETE 505111,4.0S. 005710(01 INTENT 101.0( 50 001[0( 91 1E0,5(501105 1011. 6150[ By THE TLE:. w SE ./ATE 2.210.17 ELL= B0 001E 101 5510 1055ITs. GSI' pAhLti71 E11516 I Stormwoter Pdlutian Prevention — Clean Water Act Section 402 III, Cultural Resources V1.Hasard.us Materials or Contamination Issues coalma s mod x4. 28 nw,.mx. o,'[.� a r eae.mn se r.edo.e .m. +a k IV. Vegetation Resources T.,•., e � OF Ota.-.nr mrv..nn.rN.<.. r .>v'n.nwm=r.w ».. _,..r.r. 04. m .414..n. Wa-Ln h c' ' ' .1110 ,s wa.... F MM..,l..d4i..:F..wm ..nMCI r..,<e r1.1,5.1 ,,,,,,• om w,w. x. ....wry :� m-.> . p„ra ..,Nw a '--'4-4-. ,..15,42 -gya int m .u: a REPEi a n4.r nq.*rs =orL'-'7' mea. mt'n' "Im,...'"' N .re. a' Work in or near Streams, Woterbodies and Wetlands Clean Plater Act Sections 401 Fr 404 ,0, w<leraS �„y mn..c,wr+< v..� .m r•re+rw , . pwh<r ...axof v�. <, nnF,i�s ..^.<...e,b..�d mn - 'd. s.puc.r c,n,,re xx , .:wrc err 'To.... - wnx S.< mw Y..n. Nob ler O. Tax... vrkci ..P=I, F. Vie. TR ox nr, artee to t. rd... crtepte. wrx. <il plr- ,^.m ,re ^..rre.. T........n y Tr •x. o.7L+. EH. :mra.w 111.019..... Cmteaew �^�-. s. Or ..r r + r x scis., rt+ee . H.a.". rorrelf .ni, s�...��e�d map. umrt:Red • s.... � ° ° ..e„�.�F,m. a"O4'',,"'^" o ...........1.4 ❑ ,I,,, Orb ernes .. e NI. Other Environmental Issues i. . •� :. � 1 .... ta l R -)3 a ..31.31.. ,L Federal Listed, and Proposed Threatened and Endangered Species, CrItical Habitat, State Lleted Species. Candidate Spades and Migratory Birds ,,. T4,34.ro, .,, edhte ..., , 4...,b ....4.11..1. ,,,,.,.a ...O. ,,,,.n, Tr..n.,. .,,e..,...... o _ ns ..n ,,,... .. n.^ os,...r........ s ....re. , ❑ „431......11.,._.0,+.,-,�,..au.o-re.n....x.....aro r.,d` ❑ >,s.w„ 111 evaerd M. �.] ; *. ,t �«T x,,.re.4 ,4r.m 1 P. a GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORK, WATEY ENVINJNt1ENTAL PERMITS ISSUED• AND COAMENTS (EPIC) 9 .4 4 na . 9 .6 6'8 .4 T.* e a............rpY.K w�,r,4.t.,r„. 49 . E.4....r �,.w,.4- ,w .«.�. ,4. r31.e,. ted,. Tr.*, ,ew a 11,4.ar�.ee...t.....a. e.,..., r44.4. a. e..,.em, .,row, M... p nn. .311,.4..1 9 T...,+ gel , .wrt ,_,T,.„.• .r.4>rer, ❑ *.,,.,..e ..,..31.r 9 in r44, ❑...,.,*..rt'* r'*a El lismaTurattp, 9 ..41,, 9..'9 *.. ., a. 19e....4.4 e.,...,... v.... p.,.4 ❑4441..* 19,-:r4431..m.e. ❑..x.^,- r.. ❑:4- ... Ott. Eh.' .... Ow* ,x. On. P.Th ❑rrae,.-a.,.., 4,,.r,. ❑�..'**,,, , ❑a .....r..e ❑M..,,ae......_44-[[ 0.31 . r.. e....b Mx, 0.311, m> I. we Orb pee*,.. -.,... MVP End m4[ ❑r.4ee4n..44*'.d..x. ❑Ie.,= *.. ❑w ~31. . . . 1.0.. an. waft anat. *,m. ❑._. Mgr ...• ❑....^.,m.. ear rxnnr 1 E18316 , nr. eala ma, Foos • 11.0 PP. SIKED CO' TO F *TM E commrs slim . 29 ... .4K \ Mot r3 . TX: OTT" • . .E13.11. SE.11. .......-4:0% 0111:E_ 'tr/P.6-i- • '....-..../ '..§441:14 Oki -45EVRTN:Cr4T.KN'Orr E. %Isl. ppr TEMPORARY FILTER FABRIC I CURB INLET - PLAN MANHOLE - PLAN INLET PROTECTION DETAIL 1 = Ber M. I. EN X.Milit.nt"V • - ' %,....141 1 1,_ E Ng R a TEMPORARY SEDIMENT CONTROL FENCE DETAIL14 - A -----OrIT.I. FT/4TE .1..T.P o IT. E- .5..144.4-1 712; ir -417-11TTETEHTOZ4.744C7VorT1=MAT Frt. 0.1. 14...T o 1 WoR ST. PE.E. r .44. HE WET TO ]t 011Eq. =I F.?" ro.NTE THEW. HoM To HE ME. .. - 4.00.0••••••••••••••••••••••••••••••••••••••••••••••••••4 I 1 It .111.. .4oEHT ..4..k froW 514./ HE /kW To ME. a mos R. 1...... '..F•••••••••••••••••••••• %O.*. ' "" root' .T.T..47=7."'"IL '"'"1"1r4g.c."''" 0144••••••• .01.041/...,0 114•0411000 . -1-E oul.. Mow IEW oW ....51.1 .Lr on/ ......E3 CP. -Hi. • :- L A liilluili.Err. - ."-i, llm I h ai 5 ROCK FILTER DAM AT NC Iv am ear. EARTHEN BOTTOM CHANNEL oen. Ear Mr r 'LL.1,......_ , 7 1. GREENWOOD DRIVE STORM WATER IMPROVEMENTS (HECTOR GARCIA PARK) STORM VATE, -OLLUTION PREVENTION DETAILS orAwme. rwm or see .2 • .... = „.. P:esTreoes P se Ex 11 Neer EMS.1.1.01...... 2.5:0211,1 r- .174, 31.013. AT e . - L - see WE a PLAN OURS INLET PROTECTION DETAIL SECTION .4-A STABILIZED CONSTRUCTIONIf tint4JVCC 407 To .41.E 44,4 ro m4. ,34- 4, ,,LE M FIN 1317 WON... 3aal. SO.VITKTEll erritAIKE 1.1. ' To'LHIVEH's-rToorT "..4:44'4[%..."Fini= IIVITIErnoTorjr V.4.1= ...."V • c ......11. nor cc Err. Fe Tirocciar TIN... memo RE In/cm Free I MF. SEE 3-, FN. FN.= .. THE T. er ILWEI .131E EH.. Is efac1.32 kimi...... LoweST.A. AT arorE 0.30. SEN. WIN 1, En re coNrre repos For .1,, Ea A, 133.1ac sum. M.o. . E ....... we ...ED TO ONUCT M.. a Ler. As unmake we koT LEE ma/ . grin re. gra ruck".1413's7 'NC fe'3W:AoLZ =IT:a le-,...LE,2",,L,;„...vg , - - am bre sow., r, sip. TE • 14./.3 F.,. o Nerves, I. Less mAN 03 ..13.1.41.11 Foe NNP RT... FoN INN. wo oINEE. cu... E EME EET EEE N. 1...../1 ET .1 TEE1E 3., se Or TH.... THE SOrr N.11 aE FIL.CEn . I no wis. .1110 , CD la FEU ar Sw..S. I. NE 0..T. 0. TO HOLC THE 131.1. OPE I. FO. IN. ...AL EME3 o me wee Ture Nu ...Ns sicao ee . Fro= .4 me P.m . rimaz LEK TE FL., FolEIE. 11 EL. • TE.. TE FL.14 P.M.. .E. ... 4. am mo. meta r /I we Torr. OPE... P. TE WE. LCOWCW. .11! P.14.1. 3..0 ..T .3 .3, o ....ea ..1 so. r .• NNE. of Er Tem le mow= AT ITN of ow ' .117.01.V sliAll' . ..01113./ 5 1.: :mi. ner://q17'1.14"; lawallZWEI 586.F.411.1 THE wer... THE NUN MI WINN N. re eE .o. a Tome ewe snoop se am,. A umme Er e 'qv er•an.c acme ' i:orl'E'c.F.Nec't or:CECIrclo1110%.=9.011211; Ca ToVral-EWX.' ZVI 'At 5 Won% eTr.Z' r''.' ' ''''''T L''' ".'. '." ' Cr '' ''''''.' ' 'LT. ON.' irrfErIAT"".1% ...Mcr'7316:0•T' „rp;...Ewt..7.7,r : . nes i.e. & KO 131.141 .4 WELL FE ..131 .11 81 0...12.12. NNE. EFE.E. •rni .- AM. Kel .0.4 STONE . MNX1.1 ... . .1 . .34a WO er.. ,. IP. wow -T• SW.... ET ME MEM.. WE S. AO.E.ANN ./. EE ner. 2.1.1412/ FE... 01.1.4 TE .../14.TE HIPLL TE FWD, . TIE .SHIE THE M. 11,,V=EMV.90.:;,',7pLI-,L,T,M-4,Er,:ct.11",Z,Z,"En ... DEM W.W. F !WET WM.. EH. HE KPH. • .1... DANN co.m.-n. me lo m Drrusaw. eimaDe. m our ettnecroNO A ,.,'''T. gnERRY ''' " . TO ' 1 rzloz.T. ,:LEA.:Trrawr&V,..3k ZONTA..01.1.0„ka 1..... • OM.. SA. TO. . . o Fl. mew s... r com .4 maim A. (rommor In, ME / L. NET Remernwe 511.4.1. lc new......e ne more Er .Now 8 scrum m Tr am.. sw:. Recce 0. ssocirre. ney 4/43 Nye pc recce . Tr Tour. ppm,' E18316 I 00 9101 ADDENDUM NUMBER 1 GREENWOOD DRIVE STORM WATER IMPROVEMENTS Project: (HECTOR GARCIA PARK) Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Marcos Ybarra, P.E., Govind Development, i Project Number: E16316 Addendum No. 1 Specification Section: 00 91 01 Issue Date: November 23, 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: Marcos Ybarra, P.E. Nov. 23, 2016 Nome Date Addendum Items: FRONT END DOCUMENTS SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS (ATTACHMENT 1) Revised project duration 00 30 01 BID FORM (ATTACHMENT 2) Revised project duration SECTION 00 52 23 AGREEMENT (ATTACHMENT 3) Revised project duration and liquidated damages CLARIFICATION OF QUESTIONS ,�,�..�...�..� lifZ3J,G .� �� 4 rs 111' un * e% }ll MAFlCOS YBARAYA 100196 cc!:tU' Govind Development, LLC, F-10101 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. Addendum No. 1 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 009101.-1 Rev 01-13-2016 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS: DELETE: SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS in its entirety. ADD: SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS in its entirety (Attachment 1). B. SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety (Attachment 2). C. SECTION 00 52 23 AGREEMENT: DELETE: SECTION 00 52 23 AGREEMENT in its entirety. ADD: SECTION 00 52 23 AGREEMENT in its entirety (Attachment 3). ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. NOT USED ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 AMEND DRAWINGS A. Sheet No. 18— OUTFALL STRUCTURE AND TRENCH DETAILS: 1. Change 1. Delete: Detail 3 in its entirety. B. Sheet No. 24— TRENCH INSTALLATION DETAIL (HPP STORM): 1. Change 1. Delete: "TO STA. 12+75, STA. 19+85" ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS A. Question: "Can water from "de -watering" be sent to nearest wastewater manhole?" Answer: "Any water that is in contact with landfill waste must be disposed of properly. Contractor may use wastewater manhole to dispose of this water if approved by City Wastewater Plant operations prior to dewatering effort." END OF ADDENDUM NO. 1 Addendum No. 1 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 009101-2 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 A. Install approximately 1205 LF of 60" Dia. HPPP Storm Pipe for new storm water outfall, 2 new storm water manholes, and 1 outfall structure. B. Portion of new storm pipe will be installed over a closed landfill, MSW landfill U1486 (Villarreal pit - TCEQ). Special excavation and backfill items are included. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $462,000. The Project is to be substantially complete and ready for operation within 120 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 November 30, 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. 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: Invitation to Bid and Instructions to Bidders Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 1 OF 9 002113-1 Rev 01-13-2016 City of Corpus Christi City Secretary's Office City Hall Building, lst Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid — Greenwood Drive Storm Water Improvements (Hector Garcia Park), Project No. E16316 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 November 30, 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 November 22, 2016 at 10:30 AM at the following location: City Hall Building — Engineering Services Conference Room 1 or 2 3�d 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. Invitation to Bid and Instructions to Bidders Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 2 OF 9 002113-2 Rev 01-13-2016 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. 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 an only he made by Addenda. my ADDENDUM NO. 1 ATTACHMENT NO, 1 Invitation to Bid and Instructions to Bidders SHEET 3 OF 9 00 21 13 - 3 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev01-13-2016 answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. 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 3. 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 Contract or 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 4 OF 9 002113-4 Rev 01-13-2016 ARTICLE 9 — PREPARATION OF BID ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 5 OF 9 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 00 21 13 - 5 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 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%. ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 6 OF 9 Invitation to Bid and Instructions to Bidders 00 21 13 - 6 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 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 less 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 7 OF 9 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 advanta:eous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 8 OF 9 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 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 (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 9 OF 9 002113-9 Rev 01-13-2016 00 30 01 BID FORM Project Name: Greenwood Drive Storm Water Improvements (Hector Garcia Park) Project Number: E16316 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASS FOR PAYMENT) OAR: TBD Designer: Govind Development, LLC Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASS FOR PAYMENT) Al Mobilization LS 1 B3 A2 Storm Water Pollution Prevention Plan During Const LS 1 B4 A3 Seeding for Erosion Control SY 13133 B5 A4 Sedimentation Control Fence Install and Remove LF 3500 B6 A5 Filter Fabric Manhole Protection Install and Remove EA 3 B7 A6 Rock Filter Dam Install and Remove LF 150 B8 SUBTOTAL PART A - GENERAL (Items Al thru A6) LF Part B - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 60" Dia HPPP Storm Pipe LF 1172 B2 Cut and Restore Sidewalk SF 50 B3 Trench Safety for Storm Water Conduits LF 1205 B4 Trench Safety for Manhole EA 2 B5 Manhole Type A 84" Dia EA 2 B6 2 ft Depth Compacted Clay SY 1022 B7 Cut and Restore Airport Ditch Concrete Lining SF 120 B8 6" x 3ft Wide Compacted Soil Berm Install and Remove LF 1605 B9 6" Top Soil SY 2052 B10 Disposal of Excavated Material at Cefe Valenzuela Landfill CY 775 B11 Methane/Air Monitoring During Excavation LS 1 B12 Temporary Construction Fence Install and Remove LF 2520 B13 Outfall Structure for Storm Water Pipe EA 1 B14 Allowance for Unanticipated Storm Water Improvements LS 1 $ 20,000.00 $ 20,000.00 SUBTOTAL PART B - DRAINAGE IMPROVEMENTS (B1 THRU B14) Bid Form Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 1 OF 2 Page 1 of 2 Rev D1-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A6) SUBTOTAL PART B - DRAINAGE IMPROVEMENTS (Items B1 thru B14) TOTAL PROJECT BASE BID (PARTS A & B) Contract Times Bidder agrees to reach Substantial Completion in 120 days Bidder agrees to reach Final Completion in 150 days Bid Form Greenwood ❑rive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 2 OF 2 Page 2 of 2 Rev 01-13-2016 ADDENDUM NO. 1 ATTACHMENT NO. 3 SHEET 1 OF 6 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). 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Govind Development, LLC 9510 Leopard St Corpus Christi, TX, 78410 2.02 The Owner's Authorized Representative for this Project is: TBD ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 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 150 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 Agreement 00 52 23 - 1 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 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 $500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500 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 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 3 SHEET 2 OF 6 005223-2 Rev 06-22-2016 C. Payment will be made for the amount determined per Paragraph 5.02.8, 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; Agreement Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 3 SHEET 3 OF 6 005223-3 Rev 06-22-2016 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. 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 Agreement ADDENDUM NO. 1 ATTACHMENT NO. 3 SHEET 4 OF 6 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 005223-4 Rev 06-22-2016 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. ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary J.H. Edmonds, P.E. Director of Engineering Services Agreement Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 3 SHEET 5 OF 6 005223-5 Rev 06-22-2016 APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 3 SHEET 6 OF 6 005223-6 Rev 06-22-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 3. —BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by 4 ( C' Cry-)kc.tt (type or print name of company) an: November 30, 2016 at 2:00 PM for Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's send to: 7.01 below) to the City's or certified check, please The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid — Greenwood Drive Storm Water Improvements (Hector Garcia Park), Project No. E16316 Ali 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 a!I 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: Addendum No. Addendum Date Signature Acknowledging Receipt A `,f i Bid Acknowledgement Form 00 30 00 - 1 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 01-13-2016 ARTICLE 3— BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A, Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3,06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 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 Bid Acknowledgement Form 00 30 00.2 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 01-13-7016 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 lin 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 Bidders 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 Bidders 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. Bid Acknowledgement Form 00 30 00- 3 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 01-13-2016 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 60 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 90 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. 8. 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. 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. Bid Acknowledgement Form 00 30 00 - 4 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 0143-2016 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. ARTICLE 11- BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: C L LLI Y � V :L QLL Z? �L-Lint !4 i (typed or prf.+ r full le. .1 name of Bidder) 4101' (fndividua amr; aL (typed o printed) p ) f tb (typed or panted) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature l CxAS --3k41 itbr Phone: 3L1 -Na- (7107_ 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.) Bid Acknowledgement Form 00 30 00 - 5 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 0143-2016 END OF SECTION Bid Acknowledgement Form Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 003000-6 Rev 01-13-2016 00 30 01 BID FORM Project Name: Greenwood Drive Storm Water Improvements (Hector Garcia Park) Project Number: E16316 EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Owner: City of Corpus Christi LS 1 -QIf65,: '-- Bidder: t -.Pc. --,,cls} lc, 1),A - I 14,6 .r�1:res OAR: TBD A3 Seeding for Erosion Control SY Designer: Govind Development, LLC .2,31 "77 z .11 A4 Sedimentation Control Fence Install and Remove Basis of Bid item DESCRIPTION UMT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 -QIf65,: '-- 2I'L jo. V:' A2 Storm Water Pollution Prevention Plan During Const L5 1 L}f 33r,c• 4133x, c:, A3 Seeding for Erosion Control SY 13133 f. 8'1 .2,31 "77 z .11 A4 Sedimentation Control Fence Install and Remove LF 3500 4. I,. 14136 D.. c. A5 Filter Fabric Manhole Protection Install and Remove EA 3 us-, , 1c35T e4 A6 Rock Filter Dam Install and Remove LF 150 Gig, 74 / 01 o14. vv SUBTOTAL PART A - GENERAL (Items Al thru A6) -1c` -1y 3? Part B - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 60" Dia HPPP Storm Pipe LF 1172 20u. 4 3 2311111 9l B2 Cut and Restore Sidewalk SF 50 34. qs 1, 11-0 - 5-„ B3 Trench Safety for Storm Water Conduits LF 1205 G. 03 --1 2, � , t5' B4 Trench Safety for Manhole EA 2 B5 Manhole Type A 84" Dia EA 2 {$t (, Y7, co 311 WS-. oD B6 2 ft Depth Compacted Clay SY 1022 B7 Cut and Restore Airport Ditch Concrete Lining SF 120 0.0 111-3S. . B8 6" x 3ft Wide Compacted Soil Berm install and Remove LF 1605 0. q9 is CV, ,i B9 6" Top Soil SY 2052 `7,D 3 I 4 2 ld BID Disposal of Excavated Material at Cefe Valenzucla Landfill CY 775 /. cs- 1 Cit n y.7S- "TSB11 B11 Methane/Air Monitoring During Excavation LS 1 3L -, ],I 1-o 3.0)2.s--0 812 Temporary Construction Fence Install and Remove LF 2520 yr, 3 y 110 c c3 (, 813 Outfall Structure for Storm Water Pipe EA 1 94 O0 v;, 9' 611 D, Dz, B14 Allowance for Unanticipated Storm Water Improvements L5 1 $ 20,000.00 $ 20,000.00 SUBTOTAL PART B - DRAINAGE IMPROVEMENTS (B1 THRU 814) $93 7-3S. 1,1 Bid Form Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 1 OF 2 Page 1 of 2 Rev 01.13.2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A6) 120 —75-) sig. 31 SUBTOTAL PART B - DRAINAGE IMPROVEMENTS (Items 131 thru B14) 150 i9 - . n3. io 1 TOTAL PROJECT BASE BID (PARTS A & B) 1 qc,ci, Lito 1. qS Contract Times Bidder agrees to reach Substantial Completion in 120 days Bidder agrees to reach Final Completion in 150 days Bid Form Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 2 OF 2 Page 2 of 2 Rev D1.13.2016 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. D Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of /Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: C pe - 45 l • 6k C_ )ipChfiC Se,1.►rr f (typed or pri red) (signat -teach ev+&enc •f-auth e.16;17C typed I printed) y to sign) �rcci� (Z2 L, Email: END OF SECTION Compliance to State Law an Nonresident Bidders Greenwood Stormwater Improvements (Hector Garcia Park) €16316 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest TO1;21 NUMBER JINPASSIGNED BY Li i Y = PURCHASING DIVISION City a oxpus Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 1.7112, 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: FIRM IS C P c- Lkt n Q ? e ^4. CLI; 1. Corporation 4. Association CITY: 2. Partnership 5. Other ZIP: -m- 3. Sole Owner DISCLOSURE QUESTIONS If additional space is necessry, please use the reverse side ofthisor attach separate sheet. 1. State the names of each `employee" of the City of Corpus �sti having an "ownership interest" constituting 3% or more of the ownership in the above named "firm.' Name Job Title and City Department (if known) PJ 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 NJA 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 sk 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 etre ownership in the above named "firm." Name Consultant NlA 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 1 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: (Typo o Psira) Signature of Certifying Person: �nghu 1 Uoi, Title: 104 DEFINITIONS Date: J1 3o II�E 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. "Olffciiat." 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." "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. g. City of Corpus Christi Disclosure of interest 003005-2 Rev 01-13-2015 00 3006 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Greenwood Drive Storm Water Improvements (Hector Garcia Park). E15316 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: Name: Title: Business address: Phone: C J„ t I I.I.0 bb4 �� Iii ane 7r�r.�rc� c (typed or printed) (signatu •ch evide r • . ••' o sign) .;. c. 0.1.4 (typed or p inted) ('ter,( (.LtPI) '— .7r11101 11 -i11 -(,o 1 Email: END OF SECTION Non -Collusion Certification Greenwood Drive Storm Water Improvements E16316 0©3006-1 11-25-2013 Sure BID BOND KNOW ALL MEN BY THESE PRESENTS, that we CPC Interests, LLC dba Clark Pipeline Services, LLC as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Corpus Christi as obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Greenwood Drive Storm Water Improvements (Hector Garcia Park) Project No. E16316 . NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 28th day of November, 2016. CPC Interests, LLC dba Clark Pipeline Services. LLC (Principal) BY: TITLE: Sur ec I surance Com , an BY: SureTec Blank Bid Form Rev 1.1.06 • Dennis Descant, Jr., Attorney -in -Fact POA #: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC JNSUR.ANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey L. Brady, Dennis M. Descant, Jr., Cheryl A. Sanders, Alicia Cantavella its true and lawful Attorney-in-fact, with fail power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until 5119t2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, rccognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be It Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20h of Apra 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21st day of March, A.D. 2013. State of Texas ss: County of Harris SURETEC INSURANCE COMPANY By: John I nox Jr.. resident On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that be knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. JACOuELYN MALDONADO Notary Public State 01 Texas My Comm. Exp, 5118/2017 JacgYrelyn Maldonado, Notary Public My commission expires May 18, 2017 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is atrue and correct copy of a Power of Attorney, executed by said Company, which is still is full force and effect; and furthermore, the resolutions of the Baard of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 28th day of Novemberr Y 2016 'AD. Bre t Beaty, Assistant Secretary Any Instrument issued to excess of too penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713)812-0800 any business day betweon 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PQ Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of tenrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio -hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 1.1,06 00 52 23 AGREEMENT This Agreement, for the Project awarded on January 24, 2017, is between the City of Corpus Christi (Owner) and CPC Interests, LLC dba Clark Pipeline Services (Contractor). Owner and Contractor agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Govind Development, LLC 9510 Leopard St Corpus Christi, TX, 78410 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. — Acting Construction Engineer City of Corpus Christi — Engineering Services 4917 Holly Rd., #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 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 150 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 Agreement 00 52 23 - 1 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1000 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 $1000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 469,401.98 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 00 52 23 - 2 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 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 00 52 23 - 3 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 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 Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI signrdbyRaksca Moe. 1314.1:eco• Marra e..4 .,US smo.geheonolleatemarn Gb: 2911.424xAt9Ai -069b Rebecca Huerta City Secretary Engdt mined ,Jeff 6.-.2417.9229 1ti.3a9-0stlx' J.H. Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM: 17-010 AUTHORIZED Aimee Alcorn -Reed 2017.02.17 17:31:56 -06'00' Assistant City Attorney BY COUNCIL 1/24/17 RHIML Digitally signed by RHIML Date: 2017.02.20 13:22:18 -06'00' ATTEST (IF CORPORATION) CONTRACTOR CPC Interests, LLC dba Clark Pipeline Services (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Chris Clark Digitally signed by Chris Clark Date: 2017.02.10 10:32:53 -06'00' 6229 Leopard St. Address Corpus Christi, TX 78409 City 361/816-6007 State Zip Phone Fax cclark@cla rkpi pel i ne.com EMail END OF SECTION Agreement 00 52 23 - 6 Greenwood Drive Storm Water Improvements (Hector Garcia Park) E16316 Rev 06-22-2016 ® DATE(MMIDDIYYYY) ACS o CERTIFICATE OF LIABILITY INSURANCE 2/14/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Brady, Chapman, Holland&Associates PHONEFAX 713-688-7967 10055 West Gulf Bank (fuc.No.>,J}.713-688-1500 _ ,Nol: Houston TX 77040 ADDRESS.eCSR24@bch-insurance.com INSURER(S) AFFORDING COVERAGE _ NAIC N INSURER A:Charter Oaks Fire Ins.Co. Travelers ---.25615— INSURED 25615_INSURED CLARKPIPELINE INSURER B:Phoenix Ins Co Travelers 25623 CPC Interests, LLC dba Clark Pipeline INSURER e:Travelers Indemnity Company of CT 25682 Services INSURERD:Travelers Lloyds Insurance Company 41262 6229 Leopard Street Corpus Christi TX 78409 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1145610751 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. 11V5R I —ADOL'SUBR' POLECY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVO POLICY NUMBER MM1DDlYYYY MMIDDIYYYY LIMITS A X ICOMMERCIAL GENERAL LIABILITY C01JO92295COF 2/1/2017 211/2018 EACH OCCURRENCE S1,000,000 DAMAGE TO CLAIMS-MADE I X I OCCUR I PR (PREMISES aENTED oc:cu encs) 5300,000 X 1,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY 51,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE 52,000,000 _ POLICY I x JEC LOC PRODUCTS-COMPIOP AGG $2,000,000 I OTHER_ S B AUTOMOBILE LIABILITY BA1J494319PHX 21112017 21112018 _Ea accident I 51,000,000 X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAG 5 AUTOS ONLY �AUTOS ONLY Per accident S C IX UMBRELLA LIAB X OCCUR CUP1J361278TCT 21112017 2/1/2018 EACH OCCURRENCE $5,000,000 1 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10,000 s C WORKERS COMPENSATIONI UBiJC93913TCT 2/112017 2/112018 X PER STATUTE ETH AND EMPLOYERS'LIABILITY YIN i ANY PROPR]ETCRIPARTNER/EXEOUTIVE NIA E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? FIN (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 I1 yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 51,000,000 D Contractors Equipment OT6608075X250TLC 21112017 211!2018 Scheduled Equipment $1,329.860 LeasedlRented Equip. $300,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The policy includes Blanket additional insured on the general liability per form CGD604 0813 and automobile per form CAT353 with a waiver of subrogation on the general liability per form CGD316 1111 automobile per form CAT353 and workers compensation per form WC 420304 when required by written contract. This insurance is primary and non-contributory as respects general liability per form CG0604 0813. Contractors Equipment policy includes Blanket Loss Payees per form CMT5600110 RE: : E16316 Greenwood Dr. Storm Water Impr(Hector Garcia Park) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE: City of Corpus Christi THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2406 Leopard Street ACCORDANCE WITH THE POLICY PROVISIONS. Suite 100 Corpus Christi TX 78469 ADTHOjRRIZED REPRESENTATIVE A 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CERTIFICATE aCIORCERTIFICATE OF LIABILITY INSURANCE oarE;MMrDOmrY) 211612017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Brady, Chapman, Holland&Associates PHONE 713-688-1500 I (AIC_ 13-688-7967 10055 West Gulf Bank (AIC.-No Eat) Houston TX 77040 ADDRES .eCSR24@bch-insurance.com INSURERS AFFORDING COVERAGE NAIC S INSURERA-.Charter Oaks Fire Ins.Co. Travelers 25615 INSURED CLARKPIPELINE INSURERB:Phoenix Ins Co Travelers 25623 CPC Interests, LLC dba Clark Pipeline INSURERC:Travelers Indemnity Company of CT 25682 Services INSURERD:St. Paul Surplus AmWINS Brk 30481 6229 Leopard Street Corpus Christi TX 78409 INSURER E:Travelers Lloyds Insurance Cam an 41262 INSURER F: COVERAGES CERTIFICATE NUMBER:871568128 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 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSRTypg OF INSURANCE ADDL SUER' POLICY EFF - POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MMIDDIYYYY MMiDD(YYYY A X COMMERCIAL GENERAL LIABILITY C01JOS2295COF 2/1/2017 21112016 I EACH OCCURRENCE $1,000,000 7_15AMAGE TO CLAIMS-MADE 57 OCCUR I PREMISES EaEoccurrence) 5300,000 X 1.000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY 51,000,000 70THER L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICYJECOTLOCPRODUCTS-COMPlOPAGG 52,000,000 S B AUTOMOBILE LIABILITY BAlJ094319PHX 211!2017 2/1/2016 SINGLEMBINED 5 Ea accident) 1,000,000 X ANY AUTO BODILY INJURY(Per person) 5 OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS HIRED AUTOS ONLY AUTOS ONLY Per amdentlWNED PROPERTY E S $ C X UMBRELLA LIABX OCCUR CUP1J361278TCT 2!112017 2/1/2018 EACH OCCURRENCE $5,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTIONS10,000 ^ S C WORKERS COMPENSATION UBJJ093913TCT 2!1!2017 2/1/2018 X STATUTE OR' AND EMPLOYERS'LIABILITY ANY PROPMETOR1PARTNERIEXECUTiVE Y❑ E.L.EACH ACCIDENT 51,000,000 OFFICERNEMBER EXCLUDED? N N!A (Mandatory in NH) F1 DISEASE-EA EMPLOYEE 51,000,000 It yes.describe under -- DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $1,000,000 D CONTRACTORS POLLUTION 41M7289A 211!2017 2!112018 Pollution Limit $1,000,000 E Contractors Equipment OT6608075X250TLC 2!1!2017 2!1!2018 Scheduled Equipment $1,329,860 Leased/Rented $300,000 DESCRIPTION OF OPERATIONS I LOCATIONS r VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) The policy includes Blanket additional insured on the general liability per form CGO604 0813 and automobile per form CAT353 with a waiver of subrogation on the general liability per form CGD316 1111 automobile per form CAT353 and workers compensation per form WC 420304 when required by written contract. This insurance is primary and non-contributory as respects general liability per form CGD604 0813. Contractors Equipment policy includes Blanket Loss Payees per form CMT5600110 RE: : E16316 Greenwood Dr. Storm Water Impr(Hector Garcia Park) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Corpus Christi THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2406 Leopard Street ACCORDANCE WITH THE POLICY PROVISIONS. Suite 100 Carpus Christi TX 78469 AUTHORIZED REPRESENTATIVE 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CERTIFICATE i i i COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) x This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II—WHO IS (a) The Additional Insured — Owners, AN INSURED: Lessees or Contractors — Scheduled Any person or organization that: Person or Organization endorsement a. You agree in a "written contract requiring in- CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, surance" to include as an additional insured Lessees or Contractors— Completed on this Coverage Part;and Operations endorsement CG 20 37 b. Has not been added as an additional insured 07 04 or CG 20 37 04 13, or both of for the same project by attachment of an en- such endorsements with either of dorsement under this Coverage Part which those edition dates;or includes such person or organization in the (b) Either or both of the following: the endorsement's schedule; Additional Insured — Owners, Les- is an insured,but: sees or Contractors — Scheduled ; a. Only with respect to liability for"bodily injury", Person Or Organization endorsement "property damage"or"personal injury";and CG 20 10,or the Additional Insured— Owners, Lessees or Contractors — b. Only as described in Paragraph(1), (2) or(3) Completed Operations endorsement below,whichever applies: CG 20 37, without an edition date of (1) If the "written contract requiring insur- such endorsement specked; r ance" specifically requires you to provide the person or organization is an additional additional insured coverage to that per- insured only if the injury or damage is ' son or organization by the use of: caused, in whole or in part, by acts or 3 (a) The Additional Insured — Owners, omissions of you or your subcontractor in Lessees or Contractors — (Form B) the performance of"your work" to which endorsement CG 20 10 11 85;or the "written contract requiring insurance" } (b) Either or both of the following: the applies; or Additional Insured — Owners, Les- (3) If neither Paragraph(1) nor(2)above ap- ' sees or Contractors — Scheduled plies: Person Or Organization endorsement (a) The person or organization is an ad- ' CG 20 10 10 01, or the Additional In- ditional insured only if, and to the ex- sured—Owners, Lessees or Contrac- tent that, the injury or damage is tors — Completed Operations en- caused by acts or omissions of you or dorsement CG 20 37 10 01; your subcontractor in the perform- the person or organization is an additional ance of"your work"to which the"writ- s insured only if the injury or damage arises ten contract requiring insurance" ap- out of "your work" to which the "written plies;and contract requiring Insurance"applies; (b) The person or organization does not (2) If the "written contract requiring insur- qualify as an additional insured with ance" specifically requires you to provide respect to the independent acts or additional insured coverage to that per- omissions of such person or organi- son or organization by the use of: zation. i CG D6 04 08 13 ®2013 The Travelers Indemnity Company.All rights reserved. Page 1 of 3 3 s t 't C I I i 7 I i COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional Insured and collectible other insurance, whether primary, by this endorsement is limited as follows: excess, contingent or on any other basis, that is a. If the Limits of Insurance of this Coverage available to the additional insured when that per- Part shown in the Declarations exceed the son or organization is an additional insured, or is any other insured that does not qualify as a minimum limits of liability required by the j „ i written contract requiring insurance", the in- named insured, under such other insurance. surance provided to the additional insured will 4. As a condition of coverage provided to the addi- be limited to such minimum required limits of tional insured by this endorsement: i liability. For the purposes of determining a. The additional Insured must give us written E whether this limitation applies, the minimum notice as soon as practicable of an "occur- limits of liability required by the "written con- rence" or an offense which may result In a tract requiring insurance" will be considered claim. To the extent possible, such notice to include the minimum limits of liability of any should include: Umbrella or Excess liability coverage required for the additional insured by that"written con- (1) How, when and where the "occurrence" tract requiring insurance". This endorsement or offense took place; t will not increase the limits of insurance de- (2) The names and addresses of any injured scribed in Section III—Limits Of Insurance. persons and witnesses;and b. The insurance provided to the additional in- (3) The nature and location of any injury or sured does not apply to"bodily injury","prop- damage arising out of the"occurrence"or erty damage" or "personal injury" arising out offense. of the rendering of, or failure to render, any b. If a claim is made or suit"is brought against � professional architectural, engineering or sur- the additional insured, the additional insured veying services,including: must: ! (1) The preparing, approving, or failing to (1) Immediately record the specifics of the prepare or approve, maps, shop draw- claim or"suit"and the date received;and ings, opinions, reports, surveys, field or- r ders or change orders, or the preparing, (2) Notify us as soon as practicable. approving, or failing to prepare or ap- The additional insured must see to it that we i prove,drawings and specifications;and receive written notice of the claim or"suit"as (2) Supervisory, inspection, architectural or soon as practicable. engineering activities. c. The additional insured must immediately send c. The insurance provided to the additional in- us copies of all legal papers received in con- sured does not apply to "bodily injury" or nection with the claim or"suit",cooperate with "property damage"caused by"your work"and us in the investigation or settlement of the included in the "products-completed opera- claim or defense against the "suit", and oth- tions hazard" unless the "written contract re- erwise comply with all policy conditions. quiring insurance" specifically requires you to d. The additional insured must tender the de- provide such coverage for that additional in- fense and indemnity of any claim or"suit" to I sured during the policy period. any provider of other insurance which would 3. The insurance provided to the additional Insured cover the additional insured for a loss we by this endorsement is excess over any valid and cover under this endorsement. However, this collectible other insurance, whether primary, ex- condition does not affect whether the insur- cess, contingent or on any other basis, that is ance provided to the additional insured by this available to the additional insured. However, if the endorsement is primary to other insurance i "written contract requiring insurance" specifically available to the additional insured which cov- requires that this insurance apply on a primary ers that person or organization as a named basis or a primary and non-contributory basis,this insured as described in Paragraph 3.above. insurance is primary to other insurance available 5. The following is added to the DEFINITIONS Seo- to the additional insured under which that person tion: or organization qualifies as a named insured, and we will not share with that other insurance. But "Written contract requiring insurance"means that the Insurance provided to the additional insured part of any written contract or agreement under by this endorsement still Is excess over any valid which you are required to include a person or or- Page 2 of 3 0 2013 The Travelers Indemnity Company.All rights reserved. CG D6 04 08 13 4 COMMERCIAL GENERAL LIABILITY f ganization as an additional insured on this Cover- a. After the signing and execution of the contract ! age Part, provided that the "bodily injury" and or agreement by you; and I "property damage" occurs, and the "personal in- b. While that part of the contract or agreement is jury" is caused by an offense committed, during in effect. the policy period and: Y i f 1 t!� 1 M I 0 t t I I I i i Ii I CG D6 04 08 13 0 2013 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 { i I i i COMMERCIAL GENERAL LIABILITY ! THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. a CONTRACTORS XTEND ENDORSEMENT F i This endorsement 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- s dorsement and the rest of your policy carefully to determine rights,duties, and what is and is not covered. i i A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased i B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments I. Blanket Additional Insured — States Or Political Subdivisions—Permits i D. Incidental Medical Malpractice J. Knowledge And Notice Of Occurrence Or Offense 1 E. Who Is An Insured — Newly Acquired Or Formed Organizations K. Unintentional Omission F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries M. Amended Bodily Injury Definition F G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads s Or Lessors Of Premises f PROVISIONS INJURY AND PROPERTY DAMAGE Ll- A. AIRCRAFT CHARTERED WITH PILOT ABILITY: a The following is added to Exclusion g., Aircraft, Exclusions c. and g. through n. do not apply E Auto Or Watercraft,In Paragraph 2.of SECTION to premises damage"rough Exclusion f.(1)(a) i 1 —COVERAGES —COVERAGE A BODILY IN- does not apply to"premises damage"caused JURY AND PROPERTY DAMAGE LIABILITY: by: This exclusion does not apply to an aircraft that a. Fire; Is: b. Explosion; (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured;and d. Smoke resulting from such fire,explosion, (c) Not being used to carry any person or prop- or lightning;or erty for a charge. e. Water; B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f.of Section I—Coverage A 1. The first paragraph of the exceptions in Ex- —Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I — COVERAGES — Coverage Part that has Exclusion—All Pollu- COVERAGE A BODILY INJURY AND tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted. clusion In Its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I — "premises damage" as described in Para- COVERAGES — COVERAGE A. BODILY graph 6. of SECTION III — LIMITS OF IN- SURANCE. CG D3 16 11 11 0 2011 The Travelers Indemnity Company.All rights reserved. Page 1 of 6 f , COMMERCIAL GENERAL LIABILITY i L 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS o TION III—LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to 5. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION 1 — COVER- pay under Coverage A for damages because AGE: of"premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds l The Damage To Premises Rented To You required because of accidents or traffic s Limit will apply to all "property damage" law violations arising out of the use of any proximately caused by the same "occur- vehicle to which the Bodily Injury Liability rence% whether such damage results from: Coverage applies.We do not have to fur- fire;explosion;lightning; smoke resulting from nish these bonds. such fire, explosion, or lightning; or water; or 2. The following replaces Paragraph 1.d. of s any combination of any of these causes. SUPPLEMENTARY PAYMENTS — COVER- The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part;or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", Including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from k Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The following replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of"insured contract" in the DEFINI- currence"In the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act or omission a. A contract for a lease of premises. How- committed In providing or failing to provide 1 ever, that portion of the contract for a "incidental medical services", first aid or E lease of premises that indemnifies any "Good Samaritan services"to a person. person or organization for "premises damage"is not an"insured contract`; 2. The following is added to Paragraph 2.a.(1)of SECTION II—WHO IS AN INSURED: 5. The following is added to the DEFINITIONS Paragraph (1)(d) above does not apply to f Section: "bodily injury" arising out of providing or fail- "Premises damage means "property dam- ing to provide: age"to: (i) "Incidental medical services" by any of a. Any premises while rented to you or tem- your "employees" who is a nurse practi- poranly occupied by you with permission tioner, registered nurse,licensed practical of the owner;or nurse, nurse assistant, emergency medi- b. The contents of any premises while such cal technician or paramedic;or premises is rented to you,if you rent such (11) First aid or"Good Samaritan services" by premises for a period of seven or fewer any of your "employees" or "volunteer consecutive days. workers", other than an employed or vol- 6. The following replaces Paragraph 4.b.(1)(b) unteer doctor. Any such "employees" or of SECTION IV—COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first aid or"Good Samaritan ser- (b) That is Insurance for"premises damage' vices"during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- DITIONS is deleted. ness. Page 2 of 6 0 2011 The Travelers indemnity Company.All rights reserved. CG D3 16 1111 i I COMMERCIAL GENERAL LIABILITY s 3. The following is added to Paragraph S. of 4. Any organization you newly acquire or form, SECTION III—LIMITS OF INSURANCE: other than a partnership,joint venture or lim- For the purposes of determining the applica- ited liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- i omissions committed in providing or failing to jority ownership interest, will qualify as a provide"incidental medical services",first aid Named Insured if there is no other insurance or"Good Samaritan services"to any one per- which provides similar coverage to that Or- son will be deemed to be one"occurrence". ganization. However: 4. The following exclusion is added to Para- a. Coverage under this provision is afforded f graph 2., Exclusions, of SECTION 1—COV- only: ` ERAGES—COVERAGE A BODILY INJURY (1) Until the 180th day after you acquire or AND PROPERTY DAMAGE LIABILITY: form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, if you {{ "Bodily injury' or "property damage" arising do not report such organization in writing i out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of pharmaceuti- form it;or cals committed by, or with the knowledge or (2) Until the end of the policy period, when consent of, the insured. that date is later than 180 days after you 5. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services"means: within 180 days after you acquire or form a. Medical,surgical,dental, laboratory,x-ray it, and we agree in writing that it will Con- or nursing service or treatment, advice or tinue to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages;or b. Coverage A does not apply to "bodily injury" b. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization;and appliances. c. Coverage B does not apply to "personal in- ° "Good Samaritan services" means any emer- jury" or "advertising injury" arising out of an j gency medical services for which no compen- offense committed before you acquired or sation is demanded or received. formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED—BROADENED NAMED , cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- The following is added to SECTION II—WHO IS `• TIONS: AN INSURED: The insurance is excess over any valid and collectible other insurance available to the In- Any of your subsidiaries,other than a partnership, sured, whether primary, excess,contingent or joint venture or limited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Declare- your "employees" or "volunteer workers" for tions is a Named Insured if you maintain an own- "bodily injury" that arises out of providing or ership interest of more than 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices", first aid or"Good Samaritan services" No such subsidiary is an insured for"bodily injury" s to any person to the extent not subject to or"property damage"that occurred, or"personal Paragraph 2.a.(1) of Section II —Who Is An Injury" or "advertising injury" caused by an of- I Insured. fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50%in such sub- The following replaces Paragraph 4. of SECTION sidiary. II—WHO IS AN INSURED: i I CG D3 16 1111 0 2011 The Travelers Indemnity Company.All rights reserved. Page 3 of 6 i 1 COMMERCIAL GENERAL LIABILITY E I G. BLANKET ADDITIONAL INSURED—OWNERS, H. BLANKET ADDITIONAL INSURED—LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION II—WHO IS The following is added to SECTION II—WHO IS I AN INSURED: AN INSURED: 6 Any person or organization that is a premises Any person or organization that is an equipment i owner, manager or lessor and that you have lessor and that you have agreed in a written con- t agreed In a•written contract or agreement to in- tract or agreement to include as an insured on j clude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Y Part is an Insured, but only with respect to liability spect to liability for"bodily Injury", property dam- for "bodily Injury", "property damage", "personal injury"or"advertising injury"that: age","personal injury"or"advertising injury"that: a. Is "bodily injury" or "property damage" that a. Is "bodily injury" or "property damage" that occurs, or is personal injury' or"advertising occurs, or Is "personal injury" or"advertising injurycaused by an offense that is commit- injury" caused by an offense that is commit- ted, subsequent to the execution of that con- ted, subsequent to the execution of that con- tract or agreement;and tract or agreement;and j b. Arises out of the ownership, maintenance or b. Is caused, in whole or in part, by your acts or use of that part of any premises leased to omissions in the maintenance, operation or you. use of equipment leased to you by such equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor ; manager or lessor is subject to the following pro- is subject to the following provisions: visions: a. The limits of insurance provided to such a. The limits of insurance provided to such equipment lessor will be the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations,whichever are less. the limits shown on the Declarations, which- ever are less. b. The insurance provided to such equipment lessor does not apply to any"bodilyinJury°or b. The insurance provided to such premises Property damage owner,manager or lessor does not apply to: that occurs, or "personal Injury"or advertising injury"caused by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs,or"personal injury"or"adver- lease expires. tising injury"caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible In that premises;or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contributory with, such other insurance, owner, manager or lessor is excess over any in which case this Insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other in- to such premises owner, manager or lessor, surance. whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED — STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- The following is added to SECTION II—WHO IS suranoe must be primary to, or non- AN INSURED: contributory with, such other insurance, in which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ance. you or on your behalf and that you are required Page 4 of 6 ®2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 1111 i (t7 L COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (11) A manager of any limited liability E as an additional insured on this Coverage Part is company;or an insured, but only with respect to liability for (111)An executive officer or director of "bodily injury", "property damage", "personal in- any other organization; jury" or"advertising injury"arising out of such op- that is your partner, joint venture erations. member or manager,or The insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury" or"advertising injury"arising out to give notice of an "occurrence" or ; of operations performed for that state or po- offense. litical subdivision;or (3) Notice to us of such"occurrence"or of an b. Any "bodily injury" or "property damage" in- offense will be deemed to be given as cluded in the"products-completed operations soon as practicable if it Is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- ers' compensation insurer. This applies RENCE OR OFFENSE only if you subsequently give notice to us The following is added to Paragraph 2., Duties In of the"occurrence"or offense as soon as The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs e. (1)or(2) above ERAL LIABILITY CONDITIONS: discovers that the"occurrence"or offense may result in sums to which the insurance e. The following provisions apply to Paragraph provided under this Coverage Part may a. above, but only for the purposes of the in- apply, surance provided under this Coverage Part to you or any insured listed in Paragraph 1.or 2. However, if this Coverage Part includes an en- of Section 11—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practica- cape of"pollutants"which contains a requirement ble only after the"occurrence"or offense that the discharge, release or escape of "pollut- is known by you(if you are an individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an individual (if you are a.partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who ment. is an individual (if you are a limited liability K. UNINTENTIONAL OMISSION company), any of your "executive offi- cers"or directors (if you are an organiza- The following is added to Paragraph 6., Repre- tion other than a partnership,joint venture sentations, of SECTION IV — COMMERCIAL or limited liability company) or any "em_ GENERAL LIABILITY CONDITIONS: j ployee" authorized by you to give notice The unintentional omission of, or unintentional of an'occurrence"or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we relied upon in issuing this policy will not preju- limited liability company,and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals,notice to us of such additional premium or to exercise our rights of "occurrence"or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the"occur- applicable insurance laws or regulations. rence"or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph 8.,Transfer (1) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture; of SECTION IV— COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3 16 1111 0 2011 The Travelers Indemnity Company.All rights reserved. Page 5 of 6 i 1 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. "Bodily injury" means bodily injury, mental ment to waive that insured's right of recovery anguish,mental injury,shock,fright,disability, against any person or organization,we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any i tion,but only for payments we make because of: of these at any time. a. "Bodily injury" or "property damage° that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs;or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising Injury" definition of"insured contract" in the DEFINI- } caused by an offense that is committed; TIONS Section: subsequent to the execution of that contract or c. Any easement or license agreement; agreement. 2. Paragraph f.(1) of the definition of "insured M. AMENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- The following replaces the definition of "bodily leted. injury"in the DEFINITIONS Section: t A pQu/ N 1 f i 1 Page 6 of 6 0 2011 The Travelers Indemnity Company.All rights reserved. CG 03 16 1111 d f POLICY NUMBER:DT-CO-1J092295-COF-17 ISSUE DATE: 02-02-17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. s DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY I r SCHEDULE { CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: ; FOR THE PERSON OR ORGANIZTION: (CONTINUED ON IL T8 03) ADDRESS: 6229 LEOPARD STREET CORPUS CHRISTI TX 78409 PROVISIONS: If we cancel this policy for any statutorily permitted above.We will mail such notice to the address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the schedule above before schedule above, we will mail notice of cancellation to the effective date of cancellation. the person or organization shown in the schedule IL T4 05 03 11 0 2011 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 ) i i t E i { k POLICY NUMBER: DT-CO-1J092295-COF-17 GENERAL PURPOSE ENDORSEMENT I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US ' (IL T4 05 03 11) THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: ALL COVERAGE PARTS INCLUDED IN THIS POLICY: CONTINUATION OF PORN IL T4 05 PERSON OR ORGANIZATION e i ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND IIS A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME ; AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED i RECEIVED NOTICE FROM US OF THE CANCELLATION 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 SCHEDULE. FOR THE ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. IL T8 03 Page 1 E t COMMERCIAL AUTO i i F 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 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- s dorsement and the rest of your policy carefully to determine rights,duties,and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS E A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1.,Who Is person or organization qualifies as an "insured" An Insured,of SECTION 11—COVERED AUTOS under the Who Is An Insured provision contained ; LIABILITY COVERAGE: in Section 11. Any organization you newly acquire or form dur- ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II —COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name,with your permission,while performing dutles related to the conduct of your busi- i B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who Is An Insured,of SECTION II—COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age,the following are deemed to be cov- that person or organization, that is signed and ered"autos"you own: ' executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow;and ; during the policy period, to be named as an addi- (2) Any covered"auto"hired or rented by i tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your t CA T3 53 0215 02015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.with Its permission. j s! i COMMERCIAL AUTO i permission, while performing duties (a) With respect to any claim made or"suit„ related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions „ However, any auto that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered"auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured"against,and investigate or set- tle any such claim or"suit' and keep The following is added to Paragraph A.1.,Who Is us advised of all proceedings and ac- An Insured,of SECTION II—COVERED AUTOS tions. LIABILITY COVERAGE: (ii) Neither you nor any other involved Any "employee"of yours is an"insured"while us- "insured" will make any settlement ing a covered"auto"you don't own,hire or borrow without our consent. in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS —INCREASED (Iii)in may, at our discretion, participate in defending the"insured' against, or LIMITS in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II—COVERED AUTOS LIABIL- (Iv)We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury"or"property damage"to which , tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION 11-COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred I loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense i F. HIRED AUTO — LIMITED WORLDWIDE COV- s the "insured" against any such # "suit", but only up to and included { ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION 11 — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- hibits or the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the"insured"whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto"you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees', country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ®2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with Its permission. t i t COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered"auto". compulsory insurance in any such coun- This coverage applies only in the event of a total i try up to the minimum limits required by theft of your covered"auto". local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will coverage. not invalidate the coverage afforded by this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- slons, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered"auto"you own that in- United States of America, its territories flate due to a cause other than a cause of"loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that"auto" is a covered "auto"for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to Insurance. b. The alrbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not Intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of$1,000 for any COVERAGE: one"loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- l The following replaces the last sentence of Para- tive prompt notice of the "accident" or"loss" ap- graph A.4.16., Loss Of Use Expenses, of SEC- plies only when the"accident" or"loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You(if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one"accident". (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager(if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any"employee"authorized by you to give no- AGE: tice of the"accident"or"loss". i We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto"of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph AA.,Cover- S. Transfer Of Rights Of Recovery Against age Extensions, of SECTION 111 — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for"loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or"loss",provided that the"accident"or"loss" (1) Owned by an"insured";and arises out of operations contemplated by CA T3 53 0215 ®2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with Its permission. i r 6 t E COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated In such error in, any information given by you shall not I contract. prejudice your rights under this insurance. How- i N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of i cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: c Q s r r I i i 1 f i Page 4 of 4 ®2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. t i POLICY NUMBER:BA-1J094319-17-CNS ISSUE DATE. 02-02-17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: SEE CA T8 04 I Y t I I t 1 I I �I I I ADDRESS: CORPUS CHRISTI, T% 78409 ' i t I PROVISIONS: If we cancel this policy for any statutorily permitted above.We will mail such notice to the address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the schedule above before schedule above,we will mail notice of cancellation to the effective date of cancellation. the person or organization shown in the schedule IL T4 05 03 11 02011 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 i, COMMERCIAL AUTO POLICY C z ENDORSEMENT — CA T8 04 02 17 POLICY NUMBER BA—lJ094319-17—CNS i ** THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ** 3 IL T4 05 — DESIGNATED ENTITY IT IS AGREED THAT: FOR THE PERSON OR ORGANIZTION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRIT CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND IIS A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATI AFTER THE FIRST NAMED INSURED RECEIVED NOTICE FROM US OF THE CANCELLATION OF THIS POLICY1 AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. i e f I I EFFECTIVE DATE 02-01-17 EXPIRATION DATE 02-01-18 PAGE 0001 DATE OF ISSUE 02-02-17 I I : IAlk WORKERS COMPENSATION TRAVELERS J ' AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD CT 06183 ENDORSEMENT WC 42 03 04(B) —001 0 POLICY NUMBER:UB-1J093913-17-26-G { TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT f i This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. I Schedule f 1. n Specific Waiver ' Name of person or organization I I nBlanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 0.02 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described.. 4. Advance Premium: $SSS SCHEDULE 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: 02-03-17 ST ASSIGN: Page 1 of 1 0 Copyright 2014 National Council on Compensation Insurance.Inc.All Rights Reserved. t I TRAVELERS/�� WORKERS COMPENSATION AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD CT 06183 ENDORSEMENT WC 42 06 01 (00) — 001 POLICY NUMBER: UB-1x093913-17-26-G TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the ` Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. i SCHEDULE 1, NUMBER OF DAYS ADVANCE NOTICE: 30 (or**) 2, NOTICE WILL BE MAILED TO: ' ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE 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, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE 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. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. DATE OF ISSUE: 02-03-17 ST ASSIGN: Page 1 of 1 _ f p 006116 PAYMENT BOND BOND NO. 4410893 Contractor as Principal Surety Name: CPC Interests.LLC dba Clark Pipeline Name: SureTec Insurance Company Services Mailing address(principal place of business): Mailing address(principal place of business): 6229 Leopard St. 9737 Great Hills Trail, Suite #320 Corpus Christi,TX 78409 Austin, Tx 78759 Physical address(principal place of business): Owner Same as Above Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): E16316 Greenwood Drive Storm Water 866-732-0099 Improvements—Hector Garcia Park(Bond 2016) Telephone(for notice of claim): Same Local Agent for Surety Name: Kerry Woods/Keetch & Associates Award Date of the Contract: January 24, 2017 A�dress: 1418 Santa Fe Street Contract Price: 5469,401.98 Corpus Christi, Tx 78404 Bond Telephone: 361-883-3803 Email Address: kwoods@keetchins.com Date of Bond: January 26, 2017 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of insurance by calling the following toll-free number.,1-800 252-3439 Payment Bond Form 00 61 16-1 E16316 Greenwood Dr Storm Water Improvements—Hector Garcia Park 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 cop" at length herein. Venue shall lie exclusively in Nueces County, Texas. r any legal actiolk Contractor as Principal CPC Interests, C dba Surety Sure nuj,�rance Co rk e S rv' es Signature: % Signature: Name: Name: Dennis M. Descant, Jr. Title: !fir= Title: Attorney-in-Fact Email Address: rr4 i LIc.4a;�1� �_ �- Email Address: dennis.descantQbch-insurance.com (Attach Power of Attorney and place surety seal below) ENI] OF SECTION Payment Bond Form 006116-2 E16316 Greenwood Dr Storm Water Improvements—Hector Garcia Park 7-8-2014 3110 v 0 n _ vyl . .. _t r ._.. ... _ .. .. Poo & 41. .. ol i i 7 . 4 FOAM 4221073 t SureTec Insurance Company j LEMTED POWER OF ATTORNEY t Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston,Harris County, Texas, does by these presents make,constitute and appoint Jeffrey L.Brady,Dennis M.Descant,Jr.,Cheryl A.Sanders,Alicia Cantavella its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 001100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifyintt and confirming all that the said Attomey-in-Fact may do in the premises. Said appointment shall continue in force until 5/1812017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President, any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such j Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. I Be it Resolvett that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid i and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 of April, 1999.) + In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 21 st day of March,A.D.2013. UPAN C SURETEC INSURANCE COMPANY m� X .1 NO By: wuu 5 John kpfox Jr: resident State of Texas ss: 7� 1 M,t Y County of Hams �- f On this 21st day of March,A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly swom,did depose and say,that he resides in Houston,Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instntment;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. ` I JACOUELYN MAtDONADO Notary Public State of Texas j ' o.>t`� My Comm.Exp 5/18/2017 Jacq relyn Maldonado,Notary Public My commission expires May 18,2017 • t 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is atrue and correct copy i of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston,Texas this 26th day of January 2017 AD Bre t Beaty,Assists ecr4ar*, Any Instrument Issued In excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and S:Cpm f. • i SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252- 3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#:512-475-1771 Web:htta://www,tdi.state.tx.tis Email:ConsumerProtcction@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ------------------------------------------------------------------------------------------------------------- Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for,and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection,or acts of war. ---------------------------------------------------------------------------------------------------------- Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for,and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials,environmental spills,contamination,or cleanup, nor the remediation thereof, nor the consequences to persons,property,or the performance of the bonded obligations, of the occurrence, existence,or appearance thereof. Texas Rider 010106 1 00 61 13 PERFORMANCE BOND BOND NO. 4410893 Contractor as Principal Surety Name: CPC Interests. LLC dba Clark Pipeline Name: SureTec Insurance Company Services Mailing address(principal place of business): Mailing address(principal place of business): 6229 Leopard St. 9737 Great Hills Trail, Suite #320 Corpus Christi,TX Austin, TX 78759 Physical address(principal place of business): Owner Same Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): E16316 Greenwood Drive Storm Water 866-732-0099 Improvements—Hector Garcia Park(Bond 2016) Telephone(for notice of claim): Same Local Agent for Surety Name: Kerry Woods/Keetch & Associates Award Date of the Contract:January 24,2017 Address: 1718 Santa Fe Street Contract Price: S469.401.98 Corpus Christi, TX 78404 Bond Telephone: 361-883-3803 Email Address: kwoods®keetchins.com Date of Bond: January 26, 2 017 The address of the surety company to which any notice of claim should be sent may be obtained C (Date Bond cannot be earlier than Award Dote from the Texas Dept.of Insurance by calling the of the Contract) following toll-free number.1-800-252-3439 Performance Bond 00 6113-1 E16316 Greenwood Dr Storm Water Improvements—Hector Garcia Park 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 far any legal action. / Contractor as Principal CPC Clarkntterestri, LLC dba Services Surety Surer c Insurance C p n Signature: Signature: Name: { Name: Dennis M. Descant, 7r-. Title: (ts. Title: Attorney-in-Fact Email Address: c. c,�r,l�p; u-� Email Address: dermis.descantebch-insurance.cpm (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 E16316 Greenwood Dr Storm Water Improvements—Hector Garcia Park 7-8-2014 .�. � -,-. ._ . . ...._ ., � � ._ .. . .,. .-l. 4 c t, ��.. - ..� � .. a. �• r„� �.�.. .. - - _. _. _ .. .. ._ f:�- .... .�I.-... .1- .. � .. �4�. E.. ':� _-.r'�._ .._ — - . .. -- . . . - - i - � ' i. { - ;t POA#: 4221073 i SureTec Insurance Company LDMED POWER OF ATTORNEY Snow All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County,Texas, does by these presents make,constitute and appoint i Jeffrey L.Brady,Dennis M.Descant,Jr.,Cheryl A.Sanders,Alicia Cantavella its true and lawful Attorney4n-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 001100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attomey-in-Fact may do in the premises. Said appointment shall continue in force until 5/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attemey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20d'of April, 1999.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 21st day of March,A.D.2013. A SURETEC INSURANCE COMPANY `a5�p.... %- uv° BY: Iw ti John k0foxresident State of Texas ss: ` 1 Y County of Harris »� On this 21st day of March,A.D.2013 before me personally carne John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that be resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described_in and which executed the above I instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. I JACOUELYN MALpONAOO Notary Pub0c ff State of Texas •' a x My Comm.Exp.5!18!2017 Jacq relyn Maldonado,Notary Public My commission expires May 18,2017 i 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set j out in the Power of Attorney are in full force and effect. l Given under my hand and the seal of said Company at Houston,Texas this 26th day of January 2017 ,AD U..1�....,(/Z"O/ , ; I Bre Beaty,Assists Y t rear* ry`c" .� Any Instrument Issued In excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812.0800 any business day between 8:00 am and 5:a8 pm<5S� I SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252- 3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#:512475-1771 Web: http://www.tdi.state.tx.us Email:ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. -------------------------------------------------------------------------------------------------------------------- Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot,civil insurrection,or acts of war. ----------------------------------------------------------------------------------------------------- Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for,molds, living or dead fungi, bacteria,allergens, histamines, spores,hyphae,or mycotoxins,or their related products or parts, nor for any environmental hazards, bio-hazards,hazardous materials,environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons,property,or the performance of the bonded obligations, of the occurrence,existence, or appearance thereof. Texas Rider 010106 1